UM 1934

advertisement
UM 1934
Tender For The Supply And Delivery Of Uniforms For Beadles And
Reception Staff At The University Of Malta
Date Published:
11th August 2015
Closing Date:
2nd September 2015
at 10:00am CET
Cost of the Tender Document: €10
IMPORTANT:

No Bid Bond is requested for this tender
University of Malta, Procurement Directorate, Administration Building, Msida
Tel: (356) 2340 2212/3. Fax: (356) 21314307 Email: tenders.procurement@um.edu.mt
MSD 2080, Malta.
1
Table of Contents
VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS ........................................... 4
A. GENERAL PART ......................................................................................... 4
1. General Instructions .............................................................................................................................. 4
2. Timetable .............................................................................................................................................. 4
3. Lots....................................................................................................................................................... 5
4. Financing .............................................................................................................................................. 5
5. Eligibility .............................................................................................................................................. 5
6. Selection Criteria................................................................................................................................... 5
7. Multiple Tenders ................................................................................................................................... 5
8. Tender Expenses ................................................................................................................................... 6
9. Clarification Meeting/Site Visit ............................................................................................................. 6
B. TENDER DOCUMENTS ................................................................................. 6
10. Content of Tender Document .............................................................................................................. 6
11. Explanations/Clarification Notes Concerning Tender Documents ........................................................ 7
12. Labour Law ......................................................................................................................................... 7
13. Law ..................................................................................................................................................... 7
C. TENDER PREPARATION ............................................................................... 7
14. Language of Tenders ........................................................................................................................... 7
15. Presentation of Tenders ....................................................................................................................... 7
16. Content of Tender ............................................................................................................................... 8
17. Tender Prices ...................................................................................................................................... 9
18. Currencies of Tender and Payments..................................................................................................... 9
19. Period of Validity of Tenders .............................................................................................................. 9
20. Tender Guarantee (Bid Bond) ............................................................................................................ 10
21. Variant Solutions ............................................................................................................................... 10
22. Preparation and Signing of Tenders ................................................................................................... 10
D. SUBMISSION OF TENDERS .......................................................................... 10
23. Sealing and Marking of Tenders ........................................................................................................ 10
24. Extension of Deadline for Submission of Tenders ............................................................................. 10
25. Late Tenders ........................................................................................ 11
26. Alterations and Withdrawal of Tenders ...................................................... 11
E. OPENING AND EVALUATION OF OFFERS ........................................................ 11
27. Opening of Tenders ............................................................................... 11
28. Secrecy of the Procedure ................................................................................................................... 11
29. Clarification of Tenders ..................................................................................................................... 12
30. Tender Evaluation Process ................................................................................................................ 12
31. Correction of Arithmetical Errors ...................................................................................................... 13
F. CONTRACT AWARD .................................................................................. 13
32. Criteria for Award ................................................................................. 13
33. Right of The University of Malta To Accept Or Reject Any Tender .................................................. 13
34. Notification of Award, Contract Clarifications .................................................................................. 14
35. The Letter of Acceptance and Performance Guarantee....................................................................... 14
36. Period of Delivery ............................................................................................................................. 15
G. MISCELLANEOUS ..................................................................................... 15
37. Ethics Clauses ................................................................................................................................... 15
38. Data Protection and Freedom of Information ..................................................................................... 16
39. Gender Equality ................................................................................................................................ 16
VOLUME 1 SECTION 2 – TENDER FORM ............................................................. 17
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – Not Applicable for this Tender .. 21
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS .............................................. 22
2
1. Statement on Conditions of Employment............................................................................................. 22
2 - Literature/List of Samples .................................................................................................................. 23
VOLUME 1 SECTION 5 – GLOSSARY .................................................................. 24
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS ... 26
Section 21 - Right of Recourse ....................................................................... 26
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE ...................................... 27
Article 2: Law and language of the contract .......................................................................... 29
Article 3: Order of precedence of contract documents ............................................................. 29
Article 4: Communications ............................................................................................... 29
Article 7: Supply of Documents.......................................................................................... 29
Article 8: Assistance with Local Regulations .......................................................................... 29
Article 9: The Contractor’s Obligations ................................................................................ 30
Article 11: Performance Guarantee .................................................................................... 30
Article 12: Insurance ...................................................................................................... 30
Article 13: Performance Programme (Timetable) .................................................................... 30
Article 14: Contractor’s Drawings....................................................................................... 30
Article 15: Tender Prices ................................................................................................. 30
Article 17: Patents and Licences ........................................................................................ 30
Article 18: Commencement Date ....................................................................................... 30
Article 19: Period of Performance ...................................................................................... 30
Article 21: Delays in Performance ...................................................................................... 30
Article 22: Variations...................................................................................................... 31
Article 24: Quality of Supplies ........................................................................................... 31
Article 25: Inspection and Testing ...................................................................................... 31
Article 26: Payments: General Principles.............................................................................. 31
Article 28: Delayed Payments ........................................................................................... 31
Article 30.6: Supervisor and Supervisor's representative ........................................................... 32
Article 31: Provisional Acceptance ..................................................................................... 32
Article 32: Warranty Obligations ........................................................................................ 32
Article 40: Amicable dispute settlement .............................................................................. 32
Article 41: Dispute Settlement by Litigation .......................................................................... 32
Article 44: Checks and Audits............................................................................................ 32
Not Applicable .............................................................................................................. 32
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE ............................... 33
VOLUME 3 - TECHNICAL SPECIFICATIONS .......................................................... 34
VOLUME 4 - FINANCIAL BID ........................................................................... 46
VOLUME 5 – MATERIAL SAMPLES/PHOTOS ......................................................... 56
Section 5.1 - List of Material Samples attached ....................................................................................... 56
Section 5.2 University of Malta Sample Sheet ......................................................................................... 57
~~~~~~~~~~~~~~~
3
VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS
A. GENERAL PART
1. General Instructions
1.1
In submitting a tender, the tenderer accepts in full and in its entirety, the content of this tender
document, including subsequent Clarifications issued by the University of Malta, whatever his own
corresponding conditions may be, which he hereby waives. Tenderers are expected to examine
carefully and comply with all instructions, forms, contract provisions and specifications contained
in this tender document.
No account can be taken of any reservation in the tender as regards the tender document; any
disagreement, contradiction, alteration or deviation shall lead to the tender offer not being
considered any further.
The Evaluation Committee shall, after having obtained approval by the Departmental Contracts
Committee, request rectifications in respect of incomplete/non-submitted information pertinent to
the documentation as outlined in sub-Clause 16.1(a), 16.1(b), and 16.1(c) of these Instructions to
Tenderers. Such rectification/s must be submitted within two (2) working days from notification,
and will be subject to a non-refundable administrative penalty of €50: failure to comply shall result
in the tender offer not being considered any further.
No rectification shall be allowed in respect of the documentation as outlined in sub-Clause 16.1(d),
16.1(e) and 16.1(f) of these Instructions to Tenderers. Only clarifications on the submitted
information in respect of the latter may be eventually requested.
1.2
This contract provides for the supply and delivery, inclusive of Value Added Tax, Customs Import
Duty, ECO Contribution (if any) and other charges, as applicable, to the University of Malta, as and
when required, of Uniforms, as described in the attached specifications.
1.3
This contract shall be for a period of one year, that is, from the 01.10.2015 till 30.09.2016
(tentative dates) with a possible extension for two years on a yearly basis, subject to good
performance, at the discretion of the University of Malta.
1.4
This is a unit-price contract.
1.5
The tenderer will bear all costs associated with the preparation and submission of the tender. The
University of Malta will in no case be responsible or liable for such costs, whatever the conduct or
outcome of the procedure.
1.6
The University of Malta retains ownership of all tenders received under this tender procedure.
Consequently, tenderers have no right to have their tenders returned to them.
2. Timetable
DATE
TIME*
Clarification Meeting/Site Visit (Refer to Clause 9.1)
Not Applicable
---------
Deadline for request for any additional information from
the Contracting Authority
Last date on which additional information are issued by the
Contracting Authority
Deadline for submission of tenders /(unless otherwise
modified in terms of Clause 11.3)
Monday, 24th August 2015
5:15pm
Thursday, 27th August 2015
5:15pm
Wednesday, 2nd September 2015
10:00am
Tender opening session (Refer to clause 27.1)
Wednesday, 2nd September 2015
10.15am
* All times Central European Time (CET)
4
3. Lots
3.1
This tender is not divided into lots, and tenders must be for the whole of quantities indicated.
Tenders will not be accepted for incomplete quantities.
4. Financing
4.1
The project is financed from local budget funds.
4.2
The beneficiary of the financing is The University of Malta
5. Eligibility
5.1
Participation in tendering is open on equal terms to all natural and legal persons of the Member
States of the European Union, the beneficiary country, any other country in accordance with
Regulation 76 of the Public Procurement Regulations.
5.2
Natural persons, companies or undertakings who fall under any of the conditions set out in
Regulation 50 of the Public Procurement Regulations, 2010 (Legal Notice 296 of 2010) may be
excluded from participation in and the award of contracts. Tenderers or candidates who have been
guilty of making false declarations will also incur financial penalties representing 10% of the total
value of the contract being awarded.
5.3
Tenders submitted by companies forming a joint venture/consortium must also fulfil the following
requirements:
 One partner must be appointed lead partner and that appointment confirmed by submission of
powers of attorney signed by legally empowered signatories representing all the individual
partners. The tender must include a preliminary agreement or letter of intent stating that all
partners assume joint and several liability for the execution of the contract, that the lead
partner is authorised to bind, and receive instructions for and on behalf of, all partners,
individually and collectively.
 All partners in the joint venture/consortium are bound to remain in the joint
venture/consortium until the conclusion of the contracting procedure. The consortium/joint
venture winning this contract must include the same partners for the whole performance period
of the contract other than as may be permitted or required by law.
5.4
All materials, equipment and services to be supplied under the contract must originate in an
eligible country. For these purposes, "origin" means the place where the materials and/or
equipment are mined, grown, produced or manufactured and/or from which services are provided.
6. Selection Criteria
6.1
In order to be considered eligible for the award of the contract, tenderers must provide evidence
that they meet or exceed certain minimum qualification criteria described hereunder.
In the case of a joint venture, the joint venture as a whole must satisfy the minimum
qualifications required below.
6.1.1
No evidence of economic and financial standing is required.
6.1.2
Information about the tenderer's technical capacity. (NOT APPLICABLE)
7. Multiple Tenders
7.1
A tenderer may submit multiple tender offers.
7.2
A company may not tender for a given contract both individually and as a partner in a joint
venture/consortium.
5
7.3
A company may not tender for a given contract both individually/partner in a joint
venture/consortium, and at the same time be nominated as a subcontractor by any another
tenderer, or joint venture/consortium.
7.4
A company may act as a subcontractor for any number of tenderers, and joint ventures/consortia,
provided that it does not participate individually or as part of a joint venture/consortium, and that
the nominations do not lead to a conflict of interest, collusion, or improper practice.
8. Tender Expenses
8.1
The tenderer will bear all costs associated with the preparation and submission of the tender.
8.2
The University of Malta will neither be responsible for, nor cover, any expenses or losses incurred
by the tenderer through site visits and inspections or any other aspect of his tender.
9. Clarification Meeting/Site Visit
9.1
A tenderer may visit the site of the works and its surroundings for the purpose of assessing, at his
own responsibility, expense and risk, factors necessary for the preparation of his tender and the
signing of the contract for the works.
B. TENDER DOCUMENTS
10. Content of Tender Document
10.1
The set of tender documents comprises the following documents and should be read in
conjunction with any clarification notes issued in accordance with Clause 24:
Volume 1
Volume 2
Instructions to Tenderers
Draft Letter of Acceptance
 General Conditions (available online from
http://contracts.gov.mt/en/Resources/Pages/Resources.aspx)
Volume 3
Volume 4
 Special Conditions
Technical Specifications/Financial Bid
Drawings
10.2
Tenderers bear sole liability for examining with appropriate care the tender documents, including
those design documents available for inspection, and any clarification notes to the tender
documents issued during the tendering period, and for obtaining reliable information with respect
to conditions and obligations that may in any way affect the amount or nature of the tender or
the execution of the works. In the event that the tenderer is successful, no claim for alteration of
the tender amount will be entertained on the grounds of errors or omissions in the obligations of
the tenderer described above.
10.3
The tenderer must provide all documents required by the provisions of the tender document. All
such documents, without exception, must comply strictly with these conditions and provisions and
contain no alterations made by the tenderer.
6
11. Explanations/Clarification Notes Concerning Tender Documents
11.1
Tenderers may submit questions in writing to the University of Malta through:
 sending an email to tenders.procurement@um.edu.mt
 through www.um.edu.mt/procurement/contact
 fax number +356 21314307
up to 9 calendar days before the deadline for submission of tenders, that is up to Monday 24th
August 2015. The University of Malta must reply to all tenderers' questions, and amend the
tender documents by publishing clarification notes, up to at least 6 calendar days before the
deadline for submission of tenders.
11.2
Questions and answers, and alterations to the tender document will be sent to all prospective
bidders by e-mail. Clarification notes will constitute an integral part of the tender
documentation, and it is the responsibility of tenderers to check their respective e-mail account
in order to obtain the latest information published prior to submitting their Tender.
11.3
Tenderers who do not collect a hard copy from the Procurement Directorate are to register their
respective
contact
details
at
tenders.procurement@um.edu.mt
so
that
any
clarifications/communications pertaining to this Proposal procedure will be communicated to
them in due time as per Tender document. The University of Malta shall not be held responsible
for any misdemeanour if this condition is not adhered to.
11.4
The University of Malta may, at its own discretion, as necessary and in accordance with Clause 24,
extend the deadline for submission of tenders to give tenderers sufficient time to take
clarification notes into account when preparing their tenders.
12. Labour Law
12.1
Particular attention is drawn to the conditions concerning the employment of labour in Malta and
the obligation to comply with all regulations, rules or instructions concerning the conditions of
employment of any class of employee.
13. Law
13.1
By submitting their tenders, tenderers are accepting that this procedure is regulated by Maltese
Law, and are deemed to know all relevant laws, acts and regulations of Malta that may in any way
affect or govern the operations and activities covered by the tender and the resulting contract.
C. TENDER PREPARATION
14. Language of Tenders
14.1
The tender and all correspondence and documents related to the tender exchanged by the
tenderer and the University of Malta must be written in English.
14.2
Supporting documents and printed literature furnished by the tenderer may be in another
language, provided they are accompanied by an accurate translation into English. For the
purposes of interpretation of the tender, the English language will prevail.
15. Presentation of Tenders
15.1
Tenders must satisfy the following conditions:
(a)
All tenders must be submitted in one original.
(b)
The documents are to be sealed and placed in a sealed envelope/package so that the bid
can be identified as one tender submission.
(c)
All tenders must be received by date and time indicated in the timetable at Clause 2 and
deposited in the tender box at Room 300A, Procurement Directorate, Administration
7
(d)
Building, University of Malta, Msida MSD 2080, Malta.
All packages, as per (b) above, must bear only:
(i)
the above address;
(ii)
the reference of the invitation to tender concerned;
(iii)
the number of the lot(s) to which the tender refers (if applicable);
(iv)
the name of the tenderer.
16. Content of Tender
16.1
The tender must comprise the following duly completed documents, inserted in a single, sealed
envelope (unless their volume requires a separate submission:
(a)
An original bid-bond for the amount of [€...........], in the form provided in Volume 1,
Not Applicable for this tender
Section 3(Note 1)
(b)
General/Administrative Information(Note 2)
(i)
(ii)
Proof of Purchase of tender document (receipt)
Statement on Conditions of Employment (Volume 1, Section 4)
Selection Criteria(Note 2)
(c)
Financial and Economic Standing(Note 2)
(i)
(d)
Technical Capacity(Note 2)
(i)
(e)
(No Evidence of technical capacity is required)
Evaluation Criteria/Technical Specification
(i)
(ii)
(f)
(No Evidence of economic and financial standing is required)
Tenderer’s Technical Offer in response to specifications (Volume 3) (Note 3)
Literature/List of Samples(Note 2)
Financial Offer/Bill of Quantities(Note 3)
(i)
The Tender Form in accordance with the form provided in Volume 1, Section
2; a separate Tender Form is to be submitted for each option tendered, each
form clearly marked ‘Option 1’, ‘Option 2’ etc.;
(ii)
A financial bid calculated on a basis of Delivered Duty Paid (DDP) for the
works/supplies
tendered
[inclusive
of
spare
parts/after-sales
services/maintenance/training as applicable] in the form provided in Volume 4.
Notes to Clause 16.1:
1. Tenderers will be requested to clarify/rectify, within two working days from notification,
the tender guarantee only in the following two circumstances: either incorrect validity date,
and/or incorrect value.
2. Tenderers will be requested to either clarify/rectify any incorrect and/or incomplete
documentation, and/or submit any missing documents within two working days from
notification.
3. No rectification shall be allowed. Only clarifications on the submitted information may be
requested.
Tenderers must indicate where the above documentation is to be found in their offer by using
an index. All documentation is to be securely bound/filed.
Tenderers are NOT required NOR expected to submit, with their offer, any components of the
tender document except those specifically mentioned in Clause 16.
8
17. Tender Prices
17.1
Tenderers will be deemed to have satisfied themselves, before submitting their tender, to its
correctness and completeness, to have taken account of all that is required for the full and proper
performance of the contract, and to have included all costs in their rates and prices.
17.2
The tender must be submitted in Euro (€).
17.3
Tenderers must quote all components of the price inclusive of taxes, customs and import duties
and any discounts BUT excluding VAT. VAT shall be paid in accordance with the applicable VAT
Regulations. Except as may otherwise be provided for in the contract, no payment will be made
for items which have not been costed.
17.4
Different options are to be clearly identifiable in the technical and financial submission; a
separate Tender Form (as per Volume 1, Section 2) marked ‘Option 1’, ‘Option 2’ etc. for
each individual option clearly outlining the price of the relative option is to be submitted.
17.5
If the tenderer offers a discount, the discount must be absorbed in the rates of the Bill of
Quantities/Financial Statement.
17.6
For contracts over €500,000, where VAT is not an eligible cost, and whose output VAT is liable to
be paid in Malta, such VAT will be paid directly to the VAT Department in Malta by the Final
Beneficiary.
17.7
The prices for the contract must include all of the works to be provided. The prices quoted are
fixed and not subject to revision or escalation in costs, unless otherwise provided for in the
Special Conditions.
18. Currencies of Tender and Payments
18.1
The currency of the tender is the Euro (€). All sums in the breakdown of the overall price, in the
questionnaire and in other documents must be expressed in Euro (€), with the possible exception
of originals of bank and annual financial statements.
18.2
Payments will be made upon certification of supplies by the Contracting Authority, based on the
invoice issued by the Contractor, in accordance with the timeframes, terms and conditions of the
contract.
18.3
All correspondence relating to payments, including invoices and interim and final statements must
be submitted as outlined in the contract.
19. Period of Validity of Tenders
19.1
Tenders must remain valid for a period of 150 days after the deadline for submission of tenders
indicated in the contract notice, the tender document or as modified in accordance with Clauses
11.3 and/or 24. Any tenderer who quotes a shorter validity period will be rejected.
19.2
In exceptional circumstances the University of Malta may request that tenderers extend the
validity of tenders for a specific period. Such requests and the responses to them must be made in
writing. A tenderer may refuse to comply with such a request without forfeiting his tender
guarantee (Bid Bond). However, his tender will no longer be considered for award. If the
tenderer decides to accede to the extension, he may not modify his tender.
19.3
The successful tenderer must maintain his tender for a further 60 days from the date of
notification of award.
9
20. Tender Guarantee (Bid Bond)
20.1
No tender guarantee (bid bond) is required.
21. Variant Solutions
21.1
No variant solutions will be accepted. Tenderers must submit a tender in accordance with the
requirements of the tender document.
22. Preparation and Signing of Tenders
22.1
All tenders must be submitted in one original document. Tenders must comprise the documents
specified in Clause 16 above.
It is the responsibility of the tenderers to ensure that both the original and the copy are an
identical representation of one another.
22.2
The tenderer’s submission must be typed in, or handwritten in indelible ink. Any pages on which
entries or corrections to his submission have been made must be initialled by the person or
persons signing the tender. All pages must be numbered consecutively by hand, machine or in any
other way acceptable to the University of Malta.
22.3
The tender must contain no changes or alterations, other than those made in accordance with
instructions issued by the University of Malta (issued as clarification notes) or necessitated by
errors on the part of the tenderer. In the latter case, corrections must be initialled by the person
signing the tender.
22.4
The tender will be rejected if it contains any alteration, tampering, addition or deletion to the
tender documents not specified in a clarification note issued by the University of Malta.
D. SUBMISSION OF TENDERS
23. Sealing and Marking of Tenders
23.1
The tenders must be submitted in English and deposited in the Department’s tender box before
the deadline specified in Clause 2 or as otherwise specified in accordance with Clause 11.1 and/or
24.1. They must be submitted:
EITHER by recorded delivery (official postal/courier service) or hand delivered to:
Procurement Directorate, Room 300A
2nd Floor, Administration Building
University of Malta – Msida MSD 2080
Tel: 23402212/3; Fax: 21314307
Tenders submitted by any other means will not be considered.
23.2
Tenderers must seal the original tender as outlined in Clause 15.
23.3
If the outer envelope is not sealed and marked as required in Sub clause 15.1, the University of
Malta will assume no responsibility for the misplacement or premature opening of the tender.
24. Extension of Deadline for Submission of Tenders
24.1
The University of Malta may, at its own discretion, extend the deadline for submission of tenders by
10
issuing a clarification note in accordance with Clause 11. In such cases, all rights and obligations of
the University of Malta and the tenderer regarding the original date specified in the contract notice
will be subject to the new date.
25. Late Tenders
25.1
All tenders received after the deadline for submission specified in the contract notice or these
instructions will be kept by the University of Malta. The associated guarantees will be returned to
the tenderers.
25.2
No liability can be accepted for late delivery of tenders. Late tenders will be rejected and will not
be evaluated.
26. Alterations and Withdrawal of Tenders
26.1
Tenderers may alter or withdraw their tenders by written notification prior to the deadline for
submission of tenders. No tender may be altered after the deadline for submission.
26.2
Any notification of alteration or withdrawal must be prepared, sealed, marked and submitted in
accordance with Clause 23, and the envelope must also be marked with "alteration" or "withdrawal".
26.3
The withdrawal of a tender in the period between the deadline for submission and the date of
expiry of the validity of the tender will result in forfeiture of the tender guarantee provided for in
Clause 20.
E. OPENING AND EVALUATION OF OFFERS
27. Opening of Tenders
27.1
Tenders will be opened by the University of Malta during a public session on the date and time
indicated in the timetable at Clause 2 (or as otherwise specified in accordance with Clause 11.1
and/or 24.1) at the University of Malta A ‘Summary of Tenders Received ‘will be published on
the notice board at the University of Malta, Procurement Directorate, Administration Building,
2nd Floor.
27.2
At the tender opening, the tenderers' names, the tender prices, variants, written notification of
alterations and withdrawals, the presence of the requisite tender guarantee and any other
information the University of Malta may consider appropriate will be published.
27.3
Envelopes marked "withdrawal" will be read out first and returned to the tenderer.
27.4
Reductions or alterations to tender prices made by tenderers after submission will not be taken into
consideration during the analysis and evaluation of tenders.
28. Secrecy of the Procedure
28.1
After the opening of the tenders, no information about the examination, clarification,
evaluation or comparison of tenders or decisions about the contract award may be disclosed
before the notification of award.
28.2
Information concerning checking, explanation, opinions and comparison of tenders and
recommendations concerning the award of contract, may not be disclosed to tenderers or any other
person not officially involved in the process unless otherwise permitted or required by law.
28.3
Any attempt by a tenderer to approach any member of the Evaluation Committee/The University of
11
Malta directly during the evaluation period will be considered legitimate grounds for disqualifying
his tender.
29. Clarification of Tenders
29.1
When checking and comparing tenders, the evaluation committee may, after obtaining approval
from the General Contracts Committee, ask a tenderer to clarify any aspect of his tender.
29.2
Such requests and the responses to them must be made by e-mail or fax. They may in no
circumstances alter or try to change the price or content of the tender, except to correct
arithmetical errors discovered by the evaluation committee when analysing tenders, in accordance
with Clause 31.
30. Tender Evaluation Process
30.1
The following should be read in conjunction with Clause 27.
30.2
Part 1: Administrative Compliance
The Evaluation Committee will check the compliance of tenders with the instructions given in the
tender document, and in particular the documentation submitted in respect of Clause 16.
The Evaluation Committee shall, after having obtained approval by the General Contracts
Committee, request rectifications in respect of incomplete/non-submitted information pertinent to
the documentation as outlined in sub-Clause 16.1(a), 16.1(b), and 16.1(c) of these Instructions to
Tenderers. Such rectification/s must be submitted within two (2) working days from notification,
and will be subject to a non-refundable administrative penalty of €50: failure to comply shall result
in the tender offer not being considered any further. No rectification shall be allowed in respect of
the documentation as outlined in sub-Clause 16.1 (d), 16.1(e), and 16.1(f) of these Instructions to
Tenderers. Only clarifications on the submitted information in respect of the latter may be
eventually requested.
30.3
Part 2: Eligibility and Selection Compliance
Tenders which have been considered administratively compliant shall be evaluated for admissibility
as outlined below:
(i) Eligibility Criteria

Tender Form (Volume 1, Section 2)
(ii) Selection Criteria
30.4
Evidence of technical capacity (sub-Clause 6.1.2)

Part 3: Technical Compliance
At this step of the evaluation process, the Evaluation Committee will analyse the administrativelycompliant tenders’ technical conformity in relation to the technical specifications (Volume 3, and
the documentation requested by the Contracting Authority as per sub-Clause 16(e)), classifying
them technically compliant or non-compliant.
Tenders who are deemed to be provisionally technically compliant through the evaluation of their
technical offer (especially the specifications) shall be requested to submit samples so that the
Evaluation Committee will corroborate the technical compliance of the offers received.
In the case of suppliers who are already supplying the product being offered, the tenderer may be
exempted from submitting samples. However the specific brand name and the respective reference
of the Letter of Acceptance/Contract must be clearly indicated in the tender submission.
12
30.5
Part 4. Financial Evaluation
The financial offers for tenders which were not eliminated during the technical evaluation (i.e.,
those found to be technically compliant) will be evaluated.
The Evaluation Committee will check that the financial offers contain no arithmetical errors as
outlined in Clause 31. [If the tender procedure contains several lots, financial offers are compared
for each lot.] The financial evaluation will have to identify the best financial offer [for each lot].
31. Correction of Arithmetical Errors
31.1
31.2
31.3
Admissible tenders will be checked for arithmetical errors by the Evaluation Committee. Errors will
be corrected as follows:
(a) where there is a discrepancy between amounts in figures and in words, the amount in words
will prevail;
where there is a discrepancy between a unit price and the total amount derived from the
multiplication of the unit price and the quantity, the unit price as quoted will prevail.
(b)
The amount stated in the tender will be adjusted by the Evaluation Committee in the event of
error, and the tenderer will be bound by that adjusted amount. In this regard, the Evaluation
Committee shall seek the prior approval of the General Contracts Committee to communicate the
revised price to the tenderer. If the tenderer does not accept the adjustment, his tender will be
rejected and his tender guarantee forfeited.
When analysing the tender, the evaluation committee will determine the final tender price after
adjusting it on the basis of Clause 31.1.
F. CONTRACT AWARD
32. Criteria for Award
32.1
The sole award criterion will be the price. The contract will be awarded to the cheapest priced
tender satisfying the administrative and technical criteria.
33. Right of The University of Malta To Accept Or Reject Any Tender
33.1
The University of Malta reserves the right to accept or reject any tender and/or to cancel the whole
tender procedure and reject all tenders. The University of Malta reserves the right to initiate a new
invitation to tender.
33.2
In the event of a tender procedure's cancellation, tenderers will be notified by the University of
Malta. If the tender procedure is cancelled before the outer envelope of any tender has been
opened, the sealed envelopes will be returned, unopened, to the tenderers.
33.3
Cancellation may occur where:
(a) the tender procedure has been unsuccessful, namely where no qualitatively or financially
worthwhile tender has been received or there has been no response at all;
(b) the economic or technical parameters of the project have been fundamentally altered;
(c) exceptional circumstances or force majeure render normal performance of the project
impossible;
(d) all technically compliant tenders exceed the financial resources available;
(e) there have been irregularities in the procedure, in particular where these have prevented
fair competition.
In no circumstances will the University of Malta be liable for damages, whatever their nature (in
particular damages for loss of profits) or relationship to the cancellation of a tender, even if the
University of Malta has been advised of the possibility of damages. The publication of a contract
13
notice does not commit the University of Malta to implement the programme or project
announced.
34. Notification of Award, Contract Clarifications
34.1
Prior to the expiration of the period of validity of tenders, the University of Malta will notify the
successful tenderer, in writing, that his tender has been recommended for award by the General
Contracts Committee, pending any appeal being lodged in terms of Part XIII of the Public
Procurement Regulations (being reproduced in Volume 1, Section 6).
34.2
Unsuccessful bidders shall be notified with the outcome of the evaluation process, and
will be provided the following information:
(i) the criteria for award;
(ii) the name of the successful tenderer;
(iii) the recommended price of the successful bidder;
(iv) the reasons why the tenderer did not meet the technical specifications/ notification that the
offer was not the cheapest (if applicable);
(v) the deadline for filing a notice of objection (appeal);
(vi) the deposit required if lodging an appeal.
34.3
The recommendations of the Evaluation Committee shall be published on the Notice Board of the
University of Malta, Procurement Directorate, Administration Building, 2nd Floor.
35. The Letter of Acceptance and Performance Guarantee
35.1
After the lapse of the appeals period, and pending that no objections have been received and/or
upheld, the successful tenderer may be invited to clarify certain contractual questions raised
therein. Such clarification will be confined to issues that had no direct bearing on the choice of the
successful tender. The outcome of any such clarifications will be set out in a Memorandum of
Understanding, to be signed by both parties and incorporated into the letter of acceptance.
35.2
Within 7 calendar days of receiving the letter of acceptance (against acknowledgment of receipt)
from the University of Malta, the successful tenderer will sign a copy of the Letter of Acceptance
and date the Letter of Acceptance and return it to the University of Malta with the performance
guarantee and the Financial Identification Form (if applicable).
35.3
Before the University of Malta sends the Letter of Acceptance to the successful tenderer, the
successful tenderer may be requested to provide the documentary proof or statements required to
show that it does not fall into any of the exclusion situations listed in Clause 7 of the Tender Form
(Volume 1, Section 2). The above mentioned documents must be submitted by every member of a
Joint Venture/Consortium (if applicable).
35.4
If the selected tenderer fails to sign and return the copy of the Letter of Acceptance, other
required documentation, and any guarantees required within the prescribed 7 calendar days, the
University of Malta may consider the acceptance of the tender to be cancelled without prejudice to
the University of Malta's right to seize the guarantee, claim compensation or pursue any other
remedy in respect of such failure, and the successful tenderer will have no claim whatsoever on the
University of Malta.
The tenderer whose tender has been evaluated as [second cheapest/second most economically
advantageous] may be recommended for award, and so on and so forth.
35.5
Only the signed Letter of Acceptance will constitute an official commitment on the part of the
University of Malta, and activities may not begin until the contract has been signed both by the
University of Malta and the successful tenderer.
35.6
Tender guarantees (bid bonds) provided by tenderers who have not been selected shall be released
within 30 calendar days from the signing of the contract. The tender guarantee of the successful
tenderer shall be released on the signing of the contract, and on submission of a valid performance
14
guarantee.
35.7
The performance guarantee referred to in the General Conditions is set at 10% of the amount of the
contract and must be presented in the form specified in Volume 2, Section 4, to the tender
document the performance guarantee shall be released within 30 days of the signing of the Final
Statement of Account (Final Bill), unless the Special Conditions provide otherwise.
36. Period of Delivery
36.1
The period of delivery indicated in Clause 1.3 of the Instructions to Tenderers commences from the
letter of acceptance date or as instructed in the Letter of Acceptance.
36.2
The Contractor must inform the University of Malta’s representative by return that he has received
the notice.
G. MISCELLANEOUS
37. Ethics Clauses
37.1
Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawful
agreements with competitors or influence the committee or the University of Malta during the
process of examining, clarifying, evaluating and comparing tenders will lead to the rejection of his
candidacy or tender and may result in administrative penalties.
37.2
Without the University of Malta's prior written authorisation, the Contractor and his staff or any
other company with which the Contractor is associated or linked may not, even on an ancillary or
subcontracting basis, supply other services, carry out works or supply equipment for the project.
This prohibition also applies to any other programmes or projects that could, owing to the nature of
the contract, give rise to a conflict of interest on the part of the Contractor.
37.3
When putting forward a candidacy or tender, the candidate or tenderer must declare that he is
affected by no potential conflict of interest, and that he has no particular link with other tenderers
or parties involved in the project.
37.4
The Contractor must at all time act impartially and as a faithful adviser in accordance with the
code of conduct of his profession. He must refrain from making public statements about the project
or services without the Contracting Authority's prior approval. He may not commit the Contracting
Authority in any way without its prior written consent.
37.5
For the duration of the contract, the Contractor and his staff must respect human rights and
undertake not to offend the political, cultural and religious morals of Malta.
37.6
The Contractor may accept no payment connected with the contract other than that provided for
therein. The Contractor and his staff must not exercise any activity or receive any advantage
inconsistent with their obligations to the Contracting Authority.
37.7
The Contractor and his staff are obliged to maintain professional secrecy for the entire duration of
the contract and after its completion. All reports and documents drawn up or received by the
Contractor are confidential.
37.8
The contract governs the Parties' use of all reports and documents drawn up, received or presented
by them during the execution of the contract.
37.9
The Contractor shall refrain from any relationship likely to compromise his independence or that of
his staff. If the Contractor ceases to be independent, the University of Malta may, regardless of
15
injury, terminate the contract without further notice and without the Contractor having any claim
to compensation.
37.10
The tender(s) concerned will be rejected or the contract terminated if it emerges that the award or
execution of a contract has given rise to unusual commercial expenses. Such unusual commercial
expenses are commissions not mentioned in the main contract or not stemming from a properly
concluded contract referring to the main contract, commissions not paid in return for any actual
and legitimate service, commissions remitted to a tax haven, commissions paid to a recipient who is
not clearly identified or commissions paid to a company which has every appearance of being a
front company.
38. Data Protection and Freedom of Information
38.1
Any personal data submitted in the framework of the procurement procedure and/or
subsequently included in the contract shall be processed pursuant to the Data Protection Act
(2001). It shall be processed solely for the purposes of the performance, management and
follow-up of the procurement procedure and/or subsequent contract by the University of
Malta without prejudice to possible transmission to the bodies charged with a monitoring or
inspection task in conformity with National and/or Community law.
38.2
The provisions of this contract are without prejudice to the obligations of the University of Malta in
terms of the Freedom of Information Act (Cap. 496 of the Laws of Malta). The University of Malta,
prior to disclosure of any information to a third party in relations to any provisions of this contract
which have not yet been made public, shall consult the contractor in accordance with the provisions
of the said Act, pertinent subsidiary legislation and the Code of Practice issued pursuant to the Act.
Such consultation shall in no way prejudice the obligations of the University of Malta in terms of the
Act.
39. Gender Equality
39.1
In carrying out his/her obligations in pursuance of this contract, the tenderer shall ensure the
application of the principle of gender equality and shall thus ’inter alia’ refrain from discriminating
on the grounds of gender, marital status or family responsibilities. Tenderers are to ensure that
these principles are manifest in the organigram of the company where the principles
aforementioned, including the selection criteria for access to all jobs or posts, at all levels of the
occupation hierarchy are amply proven. In this document words importing one gender shall also
include the other gender.
16
VOLUME 1 SECTION 2 – TENDER FORM
(A separate, distinct Tender Form must be submitted for EACH OPTION – if applicable)
Publication reference: UM1934 – TENDER FOR THE SUPPLY AND DELIVERY OF UNIFORMS FOR BEADLES
AND RECEPTION STAFF AT THE UNIVERSITY OF MALTA.
A. TENDER
SUBMITTED BY:
(This will be included in the Summary of Tenders Received)
Name(s) of tenderer(s)
Leader
Nationality
1
Partner
Proportion of
Responsibilities2
1
Etc …
1. Add/delete additional lines for partners as appropriate. Note that a sub-contractor is not considered to be a partner for the purposes
of this tender procedure. If this tender is being submitted by an individual tenderer, the name of the tenderer should be entered as
'leader' (and all other lines should be deleted)
2. Proposed proportion of responsibilities between partners (in %) with indication of the type of the works to be performed by each
partner (the company acting as the lead partner in a joint venture/consortium, they must have the ability to carry out at least 50% of the
contract works by its own means. If a company is another partner in a joint venture/consortium (i.e. not the lead partner) it must have
the ability to carry out at least 10% of the contract works by its own means).
Supply intended to be subcontracted
Name and details of
sub-contractors
Value of subcontracting as
percentage of the
total cost 3
Experience in
similar supplies
(details to be
specified)
1
2
(.)
3. The maximum amount of sub-contracting must not exceed 10% of the total contract value. The main contractor must have the ability
to carry out at least 90% of the contract works by his own means.
NOTE TO COMPILER: THIS SECTION IS TO BE REMOVED/MARKED NOT APPLICABLE IF NO SUB-CONTRACTING IS ALLOWED. LIAISE WITH DOC
B
CONTACT PERSON (for this tender)
Name
Surname
Telephone
(____) ________________________
Fax
(____) ________________________
Address
...............................................................................................................
...............................................................................................................
...............................................................................................................
E-mail
17
C
TENDERER'S DECLARATION(S)
To be completed and signed by the tenderer (including each partner in a consortium).
In response to your letter of invitation to tender for the above contract, we, the undersigned, hereby
declare that:
1
We have examined, and accept in full and in its entirety, the content of this tender document
(including subsequent Clarifications Notes issued by the University of Malta) for invitation to tender No
UM1934 of 11/08/2015. We hereby accept the contents thereto in their entirety, without reservation
or restriction. We also understand that any disagreement, contradiction, alteration or deviation shall
lead to our tender offer not being considered any further.
2
We offer to execute, in accordance with the terms of the tender document and the conditions and time
limits laid down, without reserve or restriction, the following works:
Bill A: Trousers, Jackets, & Skirts (Winter)
Bill B: Pullovers
Bill C: Shirts (Winter)
Bill D: Hoodies
Bill E: Trousers, Jackets, & Skirts (Summer)
Bill F: Shirts (Summer)
Bill G: T-shirts (Summer)
Bill H: Scarves (Summer & Winter)
Bill I : Embroidery (Badge Type)
3
We confirm that the Grand Total Price of our tender (inclusive of duties, other taxes/charges, EcoContribution (if any) and any discounts but excluding VAT) is according to the Grand Total on the
Summary of the Bill of Quantities on page 54 of this document.
4
This tender is valid for a period of 150 days from the final date for submission of tenders.
5
If our tender is accepted, we undertake to provide a performance guarantee of 10% of the contract
value as required by the General Conditions.
6
We are making this application in our own right and [as partner in the consortium led by < name of the
leader / ourselves >] for this tender UM 1934. We confirm that we are not tendering for the same
contract in any other form. [We confirm, as a partner in the consortium, that all partners are jointly
and severally liable by law for the performance of the contract, that the lead partner is authorised to
bind, and receive instructions for and on behalf of, each member, and that all partners in the joint
venture/consortium are bound to remain in the joint venture/consortium for the entire period of the
contract's performance]. We are fully aware that, in the case of a consortium, the composition of the
consortium cannot be modified in the course of the tender procedure.
7
We are not bankrupt or under an administration appointed by the Court, or under proceedings leading
to a declaration of bankruptcy. We also declare that we have not been convicted criminally, or found
guilty of professional misconduct. Furthermore, we are up-to-date in the payment of social security
contributions and other taxes.
8
We accept that we shall be excluded from participation in the award of this tender if compliance
certificates in respect of declarations made under Clause 7 of this declaration are not submitted by the
indicated dates.
9
We agree to abide by the ethics clauses of the instructions to tenderers and, in particular, have no
potential conflict of interests or any relation with other candidates or other parties in the tender
procedure at the time of the submission of this application. We have no interest of any nature
whatsoever in any other tender in this procedure. We recognise that our tender may be excluded if we
propose key experts who have been involved in preparing this project or engage such personnel as
advisers in the preparation of our tender.
10
We will inform the University of Malta immediately if there is any change in the above circumstances at
any stage during the implementation of the contract. We also fully recognise and accept that any false,
inaccurate or incomplete information deliberately provided in this application may result in our
exclusion from this and other contracts funded by the Government of Malta and the European
Communities.
18
11
Our tender submission has been made in conformity with the Instructions to Tenderers, and in this
respect we confirm having included in the appropriate packages as required, the following
documentation:
(a)
Tender Guarantee (Note 1)
o Bid Bond (Not Applicable)
(b)
General Information (Note 2)
o Proof of Purchase (Receipt)
o Statement on Conditions of Employment
Selection Criteria (Note 2)
Financial and Economic Standing (Note 2)
o Audited Accounts for the last three (3) years if not appearing on the website of the Malta
Financial Services Authority (MFSA) by the closing date of this call for tenders (Not
Applicable for this Tender)
(c)
(d)
(e)
(f)
Technical Capacity (Note 2)
● (Not Applicable for this Tender)
Evaluation Criteria/Technical Specifications
● Tenderer’s Technical Offer(Note 3)
● Literature /List of Samples(Note 2)
Tender Form, and Financial Offer/Bill of Quantities (Note 3)
Notes:
1. Tenderers will be requested to clarify/rectify, within two working days from notification,
the tender guarantee only in the following two circumstances: either incorrect validity date,
and/or incorrect value. This is indicated by the symbol ○
2. Tenderers will be requested to either clarify/rectify any incorrect and/or incomplete
documentation, and/or submit any missing documents within two working days from
notification. This is indicated by the symbol ○
3. No rectification shall be allowed. Only clarifications on the submitted information may be
requested. This is indicated by the symbol ●
12
I acknowledge that the Central Government Authority and/or Contracting Authority shall request
rectifications in respect of incomplete/non-submitted information pertinent to the documentation
listed in Clause 11(a), 11(b), and 11(c) of this Tender Form. We understand that such rectification/s
must be submitted within two (2) working days, and will be subject to a non-refundable administrative
penalty of €50, and that failure to comply shall result in our offer not being considered any further.
13
We note that the University of Malta is not bound to proceed with this invitation to tender and that it
reserves the right to cancel or award only part of the contract. It will incur no liability towards us
should it do so.
Name and Surname:
_________________________________________
I.D. / Passport Number:
_________________________________________
Signature of tenderer:
_________________________________________
Duly authorised to sign this tender on behalf of:
_________________________________________
Company/Lead Partner AT No: (if applicable)
_________________________________________
Stamp of the firm/company:
_________________________________________
19
Place and date:
_________________________________________
20
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – Not Applicable for this
Tender
[On the headed notepaper of the financial institutions providing the guarantee]
Whereas
the
Director
of
Contracts
has
invited
tenders
for
......................................................................................................................................
and whereas Messrs ...................................................................................[Name of tenderer]
(hereinafter referred to as the Tenderer) is submitting such a tender in accordance with such invitation,
we ................................................... [Name of Bank], hereby guarantee to pay you on your first
demand
in
writing
a
maximum
sum
of
.................................................................
Euro
(€...............) in case the Tenderer withdraws his tender before the expiry date or in the case the Tenderer
fails to provide the Performance Bond, if called upon to do so in accordance with the Conditions of Contract.
The guarantee becomes payable on your first demand and it shall not be incumbent upon us to verify whether
such demand is justified.
This guarantee is valid for a period of one hundred and fifty (150) days from the closing date of submission of
tenders, and expires on the .................................... Unless it is extended by us or returned to us for
cancellation before that date, any demand made by you for payment must be received at this office in writing
not later than the above-mentioned expiry date.
This document should be returned to us for cancellation or utilisation or expiry or in the event of the
guarantee being no longer required.
After the expiry date and in the absence of a written demand being received by us before such expiry date,
this guarantee shall be null and void, whether returned to us for cancellation or not, and our liability
hereunder shall terminate.
Yours faithfully,
..................................
Bank Manager
..................................
Date
21
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS
1. Statement on Conditions of Employment
Tenderers are to ensure that self-employed personnel are not engaged on this contract. Non-compliance
will invalidate the contract.
It is hereby declared that all employees engaged on this contract shall enjoy working conditions such as wages,
salaries, vacation and sick leave, maternity and parental leave as provided for in the relative Employment
Legislation. Furthermore, we shall comply with Chapter 424 of the Laws of Malta (Occupational Health and
Safety Authority Act) as well as any other national legislation, regulations, standards and/or codes of practice
or any amendment thereto in effect during the execution of the contract.
In the event that it is proved otherwise during the execution of the contract it is hereby being consented that
the contract is terminated with immediate effect and that no claim for damages or compensation be raised by
us.
Signature:
.............................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
.............................................................
22
2 - Literature/List of Samples
1. List of literature to be submitted with the tender:
Item
Description
1.1
Descriptive Technical literature and brochures for ALL
the items being offered.
Reference in Technical
Specifications
Please refer to Volume 3 – Technical
Specifications
The item number and/or type of the proposed product
should be clearly marked on the technical literature
accompanying the tender offer
1.2
1.3
1.4
2. List of samples to be submitted with the tender:
Item
Description
2.1
Tenderers are required to submit samples, of a
minimum length of 0.5 metres (fifty cm) at full width,
of the material and shade they propose to use for the
uniforms/skirts as well as for the linings and
interlinings.
A sample scarf in respect of item 3.10.1 is to be
submitted.
2.2
Reference in Technical
Specifications
Please refer to Volume 3 – Technical
Specifications
Please refer to Volume 3 – Technical
Specifications
Samples of materials should be clearly marked with the name of Tenderer and tender number. Samples are to be
delivered to the Facilities Management Unit, Room 261, M.A. Vassalli Lecture Centre (Gateway Building), University
of Malta, Msida, MSD 2080.
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
23
VOLUME 1 SECTION 5 – GLOSSARY
Definitions
Note: the present definitions are given here for convenience only, in the context of the tender procedure.
The definitions set out in the contract as concluded are determining for the relations between the parties to
the contract.
Administrative order: Any instruction or order issued by the Project Manager to the Contractor in writing
regarding the execution of the contract.
Breakdown of the overall price: A heading-by-heading list of the rates and costs making up the price for a
lump sum contract.
Central Government Authority: means the Department of Contracts
Contracting Authority / The University of Malta: means the final beneficiary.
Conflict of interest: Any event influencing the capacity of a candidate, tenderer or supplier to give an
objective and impartial professional opinion, or preventing him, at any moment, from giving priority to the
interests of the University of Malta. Any consideration relating to possible contracts in the future or conflict
with other commitments, past or present, of a candidate, tenderer or supplier, or any conflict with his own
interests. These restrictions also apply to subcontractors and employees of the candidate, tenderer or
supplier.
Contract value: The total value of the contract to be paid by the Contracting Authority in terms of the
agreed terms and conditions.
Contractor: The successful tenderer, once all parties have signed the contract.
Day: Calendar day.
Dayworks: Varied work inputs subject to payment on an hourly basis for the Contractor's employees and plant.
Defects Notification Period: The period stated in the contract immediately following the date of provisional
acceptance, during which the Contractor is required to complete the works and to remedy defects or faults as
instructed by the Engineer.
Drawings: Drawings provided by the Contracting Authority and/or the Engineer, and/or drawings provided by
the Contractor and approved by the Engineer, for the carrying out of the works.
Engineer's representative: Any natural or legal person, designated by the Engineer as such under the
contract, and empowered to represent the Engineer in the performance of his functions, and in exercising
such rights and/or powers as have been delegated to him. In this case, references to the Engineer will include
his representative.
Equipment: Machinery, apparatus, components and any other articles intended for use in the works
Evaluation Committee: a committee made up of an odd number of voting members (at least three)
appointed by the University of Malta and possessing the technical, linguistic and administrative capacities
necessary to give an informed opinion on tenders.
Final acceptance certificate: Certificate(s) issued by the Engineer to the Contractor at the end of the
defects notification period stating that the Contractor has completed his obligations to construct, complete,
and maintain the works concerned.
Final Beneficiary: The Department/Entity or other government body on whose behalf the Department of
Contracts has issued this tender.
24
Foreign currency: Any currency permissible under the applicable provisions and regulations other than the
Euro, which has been indicated in the tender.
General conditions: The general contractual provisions setting out the administrative, financial, legal and
technical clauses governing the execution of contracts.
General damages: The sum not stated beforehand in the contract, which is awarded by a court or an
arbitration tribunal, or agreed between the parties, as compensation payable to an injured party for a breach
of the contract by the other party.
In writing: This includes any hand-written, typed or printed communication, including fax transmissions and
electronic mail (e-mail).
Liquidated damages: The sum stated in the contract as compensation payable by the Contractor to the
Contracting Authority for failure to complete the contract or part thereof within the periods under the
contract, or as payable by either party to the other for any specific breach identified in the contract.
Modification: An instruction given by the Engineer which modifies the works.
National currency: The currency of the country of the Contracting Authority.
Period: A period begins the day after the act or event chosen as its starting point. Where the last day of a
period is not a working day, the period expires at the end of the next working day.
Plant: appliances and other machinery, and, where applicable under the law and/or practice of the state of
the Contracting Authority, the temporary structures on the site required to carry out the works but excluding
equipment or other items required to form part of the permanent works.
Project Manager: The legal or natural person responsible for monitoring the execution of the contract on
behalf of the Contracting Authority, where the latter is not the Central Government Authority.
Provisional sum: A sum included in the contract and so designated for the execution of works or the supply of
goods, materials, plant or services, or for contingencies, which sum may be used in whole or in part, or not at
all, as instructed by the Engineer.
Site: The places provided by the Contracting Authority where the works are to be carried out and other places
stated in the contract as forming part of the site.
Special conditions: The special conditions laid down by the Contracting Authority as an integral part of the
tender document, amplifying and supplementing the general conditions, clauses specific to the contract and
the terms of reference (for a service contract) or technical specifications (for a supply or works contract).
Supervisor/Engineer: The legal or natural person responsible for administering the contract on behalf of the
Contracting Authority.
Tender document/s: The dossier compiled by the Contracting Authority and containing all the documents
needed to prepare and submit a tender.
Tender price: The sum stated by the tenderer in his tender for carrying out the contract.
Works: Works of a permanent or temporary nature executed under the contract.
Written communications: Certificates, notices, orders and instructions issued in writing under the contract.
25
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT
REGULATIONS
Section 21 - Right of Recourse
1.
Where the estimated value of the public contract exceeds twelve thousand euro (€12,000) and is issued
by an authority listed in Schedule 1, any tenderer or candidate concerned shall have a right to make a
complaint to the Review Board in accordance with this regulation.
2.
a) The contracting authority shall be obliged to issue a notice and affix an advertisement, in a
prominent place at its premises, indicating the awarded public contract, the financial aspect of the
award and the name of the successful tenderer. The contracting authority shall, by electronic means or
by fax, inform the tenderer or candidate concerned of the publication of the award. The contracting
authority shall be precluded from concluding the contract during the period allowed for the submission
of appeals.
(b) The award process shall be completely suspended if an appeal is eventually submitted.
3.
Any tenderer or candidate concerned who is aggrieved by the award indicated by the contract authority
may, within five working days from the publication of the notice, file a letter of objection, together
with a deposit, with the contracting authority, clearly setting forth any reason for his complaint. The
deposit to be paid in respect of tenders valued at less than forty-seven thousand euro (€47,000) shall be
four hundred euro (€400), while those between forty-seven thousand euro (€47,000) and one hundred
and twenty thousand euro (€120,000) shall be 0.5% of the estimated value of the tender, with a
minimum deposit of four hundred euro (€400).
The letter by the complaining tenderer shall be affixed on the notice board of the contracting authority
and shall be brought to the attention of the recommended tenderer.
4.
After the expiry of the period allowed for the submission of a complaint, the contracting authority shall
deliver the letter of complaint, the deposit receipt and all documents relating to the public contract in
question to the Review Board who shall examine the matter in a fair and equitable manner. In its
deliberation the Review Board shall have the authority to obtain, in any manner it deems appropriate,
any other information not already provided by the contracting authority. The Review Board shall
determine the complaint by upholding or rejecting it. The written decision of the Review Board shall be
affixed on the notice board of the contracting authority and copies thereof shall be forwarded to the
Director of Contracts and all the parties involved.
5.
The tenderer or candidate concerned who is not satisfied with the decision granted by the Review
Board may refer the matter to the Court of Appeal (Inferior Jurisdiction) in terms of article 41(6) of the
Code of Organization and Civil Procedure within a period of sixty days. Such recourse however may not
delay the Head of the contracting authority from implementing the Review Board’s decision.
6.
Tender documents issued in terms of this Part shall include a clause informing tenderers that the award
of the contract is subject to the right of recourse as provided for in this regulation, a copy of which
should be reproduced in the documents.
7.
The Minister shall have the authority by order to extend the provisions of this regulation in order that
recourse as provided in this regulation be made available also by authorities listed in Schedule 3 and to
prescribe the procedure by which such recourse is to be granted.
26
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE
Our Ref: EB/eb/_______
[……………………………………..]
[……………………………………..]
[……………………………………..]
[……………………………………..]
Attn [……………………………………..]
[……………………………………..]
Dear Sirs,
UM1934 – Tender For The Supply And Delivery Of Uniforms For Beadles And Reception Staff At The
University Of Malta
Letter of Acceptance no: [……………………………………..] - UM/1934 (To be quoted on all Correspondence)
=====================================================================================
This is to inform you that your Tender, dated the [……………………………………..], for the above mentioned goods
in caption, made under the abovementioned Call for Tenders, has been accepted by the University of Malta in
full compliance with the General Conditions of Contract that were attached to the Tender Documents.
As undertaken by your good selves in the tender you are to start delivering the goods within ___ weeks, from
the Letter of Acceptance date up to a period of one (1) year, for a sum of [……………………………………..] inclusive
of VAT and all as detailed and further amplified in your tendered offer no: [……………………………………..] dated
the [……………………………………..].
You are kindly asked to co-ordinate with Ing. Reuben Mifsud – Facilities Management Unit Manager, Estate and
Works Department – Tel: 2340 3109, with regard to the method to be adopted for University personnel to visit
the company for the measurements and collection of uniforms.
For eventual invoicing purposes, you are kindly asked to issue a monthly invoice covering all uniforms
procured during the month, quoting the following requisition order reference:
Order no: ________ for uniforms procured from the Letter of Acceptance date till the end of this
running contract (not more than 3 years).
As undertaken by you in your tender and as stated in the General Conditions of Contract, you are to ensure
full compliance with the scope to affect delivery as detailed in the specifications. In this connection, your
attention is hereby being drawn to the relative Clauses of the General Conditions of Contract dealing with
your liabilities for failure to comply with the specifications referred to above.
Your attention is hereby drawn to Clause 35 of the Instruction to Tenderers and Article 11 of the Special
Conditions, wherein you are required to furnish the University of Malta, within 7 (seven) calendar days from
the receipt/signatures of this Letter of Acceptance, with a Bank Guarantee drawn on a local Maltese Bank for
the amount of 10 (ten) % of the value of this Contract and with a validity to expire on the __________ 20__.
Said Guarantee has to be referenced with the relevant Tender Number.
Failure to produce the said guarantee within the prescribed 7 (seven) days period may lead to the Contract
being considered as having been abandoned, in which case, you will become liable to the relevant penalties
stipulated in the General conditions of Contract.
Yours faithfully,
Director of Procurement
I agree and confirm
---------------------
Name of Tenderer
----------Date
-------------------------Signature
27
VOLUME 2 SECTION 2 – GENERAL CONDITIONS
The full set of General Conditions for Supply Contracts (Version 1.05 dated 20 January
2015) can be viewed/downloaded from:
http://contracts.gov.mt/en/Resources/Pages/Resources.aspx
It is hereby construed that the tenderers have availed themselves of these general
conditions, and have read and accepted in full and without reservation the conditions
outlined therein, and are therefore waiving any standard terms and conditions which they
may have.
These general conditions will form an integral part of the contract that will be signed with
the successful tenderer/s.
28
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS
These conditions amplify and supplement, if necessary, the General Conditions governing the contract.
Unless the Special Conditions provide otherwise, those General Conditions remain fully applicable. The
numbering of the Articles of the Special Conditions is not consecutive but follows the numbering of the
Articles of the General Conditions. Other Special Conditions should be indicated afterwards.
General:
Kindly note that wherever there is the term ‘Central Government Authority’ in the General Conditions, it is
deemed to read as ‘the University of Malta’.
Article 2: Law and language of the contract
The Laws of Malta shall apply in all matters not covered by the provisions of the contract.
The language used shall be English.
Article 3: Order of precedence of contract documents
The contract is made up of the following documents, in order of precedence:
(a) the Letter of Acceptance,
(b) any other applicable documents.
Addenda have the order of precedence of the document they are modifying.
Article 4: Communications
4.1 Director of Procurement
Administration Building
University of Malta
Msida
Telephone: +356 2340 2212/3
Fax:
+356 21314307
Email:
tenders.procurement@um.edu.mt
Web:
www.um.edu.mt/procurement
All communications must be done in the English Language, as per General Conditions
Article 7: Supply of Documents
As per General Conditions
Article 8: Assistance with Local Regulations
The contractor shall comply with and fulfil all obligations imposed by Act 19 of the Police Laws and shall
give all notices, obtain all permits; pay all fees that may be lawfully demanded by Public Offices in respect
of works and complies with all requirements of the law and lawful authority.
The contractor shall be responsible for the satisfactory working of the complete installation to the entire
satisfaction of the Engineer as regards workmanship, materials, execution and maintenance within the
guarantee periods specified and shall be responsible for compliance with all Statutory and Local Regulations
and for compliance with all the tests required by the Engineer and all tests required by Enemalta
Corporation.
29
Article 9: The Contractor’s Obligations
As per General conditions.
Article 11: Performance Guarantee
The value of the Performance Guarantee is 10% of the Contract value and must be presented within 7
calendar days of the Letter of Acceptance date.
The performance guarantee shall be in the format given in Volume 2 Section 4 and shall be provided in the
form of a bank guarantee. It shall be issued by a bank in accordance with the eligibility criteria applicable
for the award of the contract. The guarantee will only be released in accordance with the Conditions of
Contract.
Article 12: Insurance
As per General Conditions
Article 13: Performance Programme (Timetable)
As per General Conditions
Article 14: Contractor’s Drawings
As per General Conditions
Article 15: Tender Prices
The tendered rates shall be inclusive of all work as specified, as well as any other works that are of a
contingent or indispensable nature for completing the work in its entirety. The rates shall be inclusive of all
materials necessary, profits and payments of Customs Duty and Landing charges on all imported goods,
taxes, ECO contribution, all hire of plant and machinery required as also all transport of materials to the
site of works and so on. Tenderers are to give rates as quoted for. No claims arising from lack of
ascertaining the site condition shall be entertained.
The tendered rates shall be fixed rates and no allowance will be made for fluctuations in rates and prices or
for any increase or decrease in the cost of labour and/or materials and other costs mentioned under Clause
18.1
Article 17: Patents and Licences
As per General Conditions
Article 18: Commencement Date
The intended commencement date is the 1st October 2015 and the period of execution of the contract is 12
months from this date, with a possible extension for two years on a yearly basis, subject to good
performance, at the discretion of the University of Malta.
The University of Malta reserves the right to extend the contract on a yearly basis, for another two years,
that is until 30th September 2018, at the expiry of the 12 months of this contract, on the same terms and
conditions as stated in the Tender Specifications and Bill of quantities, depending on the exigencies of the
University of Malta and also depending on the performance and efficiency of the contractor during initial
contract period of 12 months.
Article 19: Period of Performance
It is to be made absolutely clear that all supplies envisaged in this contract are to be made available
within four (4) weeks from the date of the Letter of Acceptance. Tenderers are warned that their
offers may not be accepted if this clause is not acceded to.
Article 21: Delays in Performance
If the Contractor fails to start the works assigned to him on the specified starting date, a penalty of one
thousand two hundred Euros (€1200) per day including Sundays and public holidays shall be imposed until
30
the works have commenced. Subsequently the Contractor shall be subject to a penalty for delay of one
thousand two hundred Euros (€ 1200) per day inclusive of Sundays and Public Holidays for any delays over
the 4 week period, up to a limit of 20% of the awarded contract. As soon as this figure is reached the
Contracting Authority reserves the right to invoke Clause 34.2 ( c ) of the General Conditions.
Article 22: Variations
As per General Conditions
Article 23: Suspension
The words “Community Budget” are to be replaced by the word “University Budget”
Article 24: Quality of Supplies
a)
All materials required for the completion of the works specified shall be provided by the contractor.
b)
The work is to be carried out in the best customary practice and the architect in charge is to be
satisfied that the quantity of the materials conforms to that specified herein.
c)
The contractor shall provide without extra charge all labour and equipment required by the architect
in charge of testing, measuring or proving the efficiency of any of the materials used or of any portion
or portions of the completed works.
d)
The Contractor shall guarantee the works that he has carried out, for a Minimum period of twelve
months after completion, against defective materials and all workmanship
Article 25: Inspection and Testing
Tests on any materials, causes, etc. may be taken at any time during the course of the works and the
contractor shall be bound to provide the architect with all such assistance, instruments, machines, labour
and materials as are normally required for examining, measuring and testing any work, and the quality,
weight or quantity of any materials used and shall supply samples of materials before incorporation in the
works, for testing as may be required by the architects, the Project Manager or Supervisor.
Article 26: Payments: General Principles
26.1
Payments shall be made in Euro
26.3 The period quoted in Article 26.3 of the General Conditions may be subject to change according to the
particular needs of the Department up to a maximum of 60 days
26.5 The following payment schedule shall be applicable:a) 100% of the contract price following the issue of a provisional acceptance certificate of the supplies
as installed and commissioned;
26.9 Price revision
As per General Conditions
Article 28: Delayed Payments
The period quoted in Article 50.1 of the General Conditions may be subject to change according to the
particular needs of the Department
Once the deadline laid down in Article 50.1 has expired, the Contractor may, within two months of late
payment, claim late-payment interest:
[Malta Funds]
31
A contractor would become entitled to the payment of interest at 2% over the rate of interest established
by the European Central Bank for that particular period.
By way of exception, when the interest calculated in accordance with this provision is lower than or equal
to €200, it shall be paid to the Contractor only upon a demand submitted within two months of receiving
late payment.
Article 30.6: Supervisor and Supervisor's representative
Not applicable for this tender
Article 31: Provisional Acceptance
As per General Conditions
Article 32: Warranty Obligations
The Contractor shall replace at his expense any goods, which is proven to be defective even after delivery.
Article 40: Amicable dispute settlement
If the amicable dispute settlement procedure fails, the Parties may, in the case of decentralised contracts,
agree to try conciliation through the Maltese Conciliation Procedure. If no settlement is reached within 120
days of the start of the conciliation procedure, each Party shall be entitled to move on to the next state of
the dispute settlement procedure.
Article 41: Dispute Settlement by Litigation
Any dispute between the Parties that may arise during the performance of this contract and that has not
been possible to settle otherwise between the Parties shall be submitted to the arbitration of the Malta
Arbitration Centre in accordance with the Arbitration Act (Chapter 387) of the Laws of Malta.
This law is based on “Model Law” which is the Model Law on International Commercial Arbitration adopted
on June 21, 1985 by the United Nations Commission on International Trade Law reproduced in the First
Schedule of the Arbitration Act.
Article 44: Checks and Audits
Not Applicable
32
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
Dear Sir,
Our Guarantee Number .......................... for €......................
Account: [Account Holder’s Name]
In connection with the contract entered into between yourself on behalf of the Director of Contracts and
[Name and Address of Contractor] hereinafter referred to as “the Contractor” as per the latter’s tender and
your acceptance under [UM Reference], whereby the contractor undertook the [title of contract] in
accordance with Article 11 of the Special Conditions the [works/services/supplies] as mentioned, enumerated
or referred to in the Specification and/or Bills of Quantities forming part of the contract documents, we
hereby guarantee to pay you on demand a maximum sum of €[amount in works and numbers] in case the
obligations of the above-mentioned contract are not duly performed by the Contractor.
This guarantee will become payable on your first demand and it shall not be incumbent upon us to verify
whether such demand is justified.
For avoidance of doubt it is hereby declared that although this instrument gives rise to legal relations
between the guarantor and the beneficiary, it is hereby specifically declared for all intents and purposes of
law that this guarantee does not exempt the above-mentioned Contractor from any obligations, acts of
performance or undertaking assumed under the tender documents as ratified in the contract.
Any payments due to the contractor in respect of the obligations entered into under the contract above
referred to shall be made through this Bank.
This guarantee expires on the [expiry date] and unless it is extended by us or returned to us for cancellation
before that date any demand made by you for payment must be received in writing not later than the
aforementioned expiry date.
This document should be returned to us on utilization or expiry or in the event of the guarantee being no
longer required.
After the expiry date and in the absence of a written demand being received by us before such expiry date,
this guarantee shall be null and void, whether returned to us or not, and our liability hereunder shall
terminate.
This guarantee is personal to you, and is not transferable or assignable.
Yours Faithfully,
.............................................
[Signatory on behalf of Guarantor]
33
VOLUME 3 - TECHNICAL SPECIFICATIONS
3.0
General
The University of Malta is in the process of selecting a uniform provider for the supply and delivery
of uniforms.
3.1
THE UNIVERSITY OF MALTA RESERVES THE RIGHT TO INCREASE OR DECREASE THE QUANTITY BY
50%, SHOULD THE NEED ARISE.
3.2
Alterations
3.2.1
3.3
Prior to delivery, the supplier is responsible to carry out any alterations to the garments according
to the specific measurements of the employees (if necessary), excluding further charges for onetime requests (per item) and including further charges for additional requests, for the whole
duration of the contract.
Supply
3.3.1
Other orders may be required during the years depending on new employments as well as
accidental wear and tear garments. Prices per item will be valid throughout the duration of the
contract.
3.3.2
If any damage is noted upon the delivery of new items, the contractor undertakes the
responsibility to change any damaged uniform item. No charges of such replacements will be
charged to the University of Malta.
3.3.3
All garments supplied by the contractor throughout the term of this contract have to be properly
labelled as per EU regulations, including but not limited to manufacturing information, fabric
composition and percentages, size, ironing and washing instructions.
3.3.4
Garments shall be of an adequate fit. Materials and style shall be in conformity with the
specifications. University of Malta shall reserve the right to return inadequate garments to the
Contractor. Any cost associated to the reproduction of the garment shall only be borne by the
Contractor.
3.3.5
The supply of the garment shall be covered by a purchase order and a signed delivery note, the
copy of which are to be sent to Facilities Management Unit at University of Malta. The same
invoices must reflect the purchase order number.
3.3.6
Contractors may be requested to submit a full Summer and Winter Uniform for evaluation.
3.4
Material
3.4.1
Garments shall be easy care fabric, machine washable, crease resistant, durable, long lasting,
colour fast and shrink resistant. Material of items should also be of good quality and expected to
retain shape and fit and allow ease of movement.
3.4.2
In special circumstances and for medical reasons, some uniform garments may need to be
provided in a different material such as 100% cotton as specified in the Financial Bid. These
circumstances shall only apply if an official letter is presented by University of Malta endorsing
this condition hence allowing the individual to opt for this type of garment.
3.4.3
Tenderer needs to cater for all different sizes including over sizes and under sizes, with the same
identical fabric as the normal size range.
3.4.4
The University of Malta reserves the right to test the materials at an independent lab chosen by
the University of Malta at any time during the tendering process and throughout the duration of
the contract.
34
3.5
Sizing
The Tenderer shall make all the necessary arrangement to measure the personnel and accurately
check all material each time a uniform garment is to be provided. Tenderer can opt to measure
personnel at his own premises or within the University of Malta premises at an agreeable period of
time.
3.6
Embroidery (Badge Type) of the University of Malta Crest.
Colour
Size
Artwork
Design
Three Colours (Black, White and Red)
5 cm
As indicated in the image below (Higher resolution may be provided)
To be produced by Tenderer (To be sewn all round)
University of Malta Crest
The Tenderer shall submit a sample for approval.
3.7
Compliance with GPP Criteria
Purchase of textile products with low levels of toxic substances, with a preference for products with
a low environmental impact during production and made from fibres produced with a minimum of
pesticides.
Tenderers should ensure that the following criteria are met:
3.7.1
A:
Technical Specification
Pesticides
For products made from cotton or other natural cellulosic fibres, the final product shall not contain more
than 1ppm (parts per million) in total of the following substances:
2,4,5-T
Hexachlorobenzene
Aldrin
Hexachlorcyclohexane, α
Captafol
Hexachlorcyclohexane, β
Chlordane
Hexachlorcyclohexane, δ
Chlordimeform
Metamidophos
DDT
Monocrotophos
Dieldrin
Parathion
Dinoseb and salts
Parathion-methyl
Endrine
Propethamphos
Heptachlor
Toxaphene
Note: Most of these pesticides are already banned from placing on the market and use.
35
B: Dyes classified as sensitising/allergenic, carcinogenic, mutagenic or toxic to reproduction.
The following dyes shall not be used in the final product:
C.I. Basic Red 9
C.I. Acid Red 26
C.I. Basic Violet 14
C.I. Direct Black 38
C.I. Direct Blue 6
C.I. Direct Red 28
C.I. Disperse Blue 1
C.I. Disperse Blue 3
C.I. Disperse Blue 7
C.I. Disperse Blue 26
C.I. Disperse Blue 35
C.I. Disperse Blue 102
C.I. Disperse Blue 106
C.I. Disperse Blue 124
C.I. Disperse Brown 1
C.I. 42
C.I. 16
C.I. 42
C.I. 30
C.I. 22
C.I. 22
C.I: 64
C.I. 61
C.I. 62
C.I. 63
500
150
510
235
610
120
500
505
500
305
C.I. Disperse Orange 1
C.I. Disperse Orange 3
C.I. Disperse Orange 11
C.I. Disperse Orange 37
C.I. Disperse Orange 76
(Previously designated Orange 37)
C.I. Disperse Red 1
C.I. Disperse Red 11
C.I. Disperse Red 17
C.I. Disperse Yellow 1
C.I. Disperse Yellow 3
C.I. Disperse Yellow 9
C.I. Disperse Yellow 39
C.I. Disperse Yellow 49
C.I. 11 080
C.I. 11 005
C.I. 60 700
C.I. 11
C.I. 62
C.I. 11
C.I. 10
C.I. 11
C.I. 10
110
015
210
345
855
375
C: Arylamines
The final product shall not contain the following arylamines:
4-aminodiphenyl
Benzidine
4-chloro-o-toluidine
2-naphthylamine
o-amino-azotoluene
2-amino-4-nitrotoluene
p-chloroaniline
4,4’-diaminodiphenylmethane
3,3’-dichlorobenzidine
3,3’-dimethoxybenzidine
3,3’-dimethylbenzidine
3,3’-dimethyl
3,3’-dimethyl-4, 4’-diaminodiphenylmethane
p-cresidine
4,4’-methylene-bis-(2-chloraniline)
4,4’-oxydianiline
4,4’-thiodianiline
o-toluidine
2,4-Toluylendiamine
2,4,5-trimethylaniline
4-aminoazobenzene
o-anisidine
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
(CAS
no. 92-67-1)
no. 92-87-5)
no. 95-69-2)
no. 91-59-8)
no. 97-56-3)
no. 99-55-8)
no. 106-47-8)
no. 615-05-4)
no. 101-77-9)
no. 91-94-1)
no. 119-90-4)
no. 119-93-7)
no. 838-88-0)
no. 120-71-8)
no. 101-14-4)
no. 101-80-4)
no. 139-65-1)
no. 95-53-4)
no. 95-80-7)
no. 137-17-7)
no. 60-09-3)
no. 90-04-0)
D: Flame retardants:
The following flame-retardants shall not be used in the final product:
PBB (Polybrominated biphenyls)
pentaBDE (Pentabromodiphenylether)
octaBDE (Octabromodiphenyl ether)
CAS no. 59536-65-1
CAS no. 32534-81-9
CAS no. 32536-52-9
E: Pentachlorophenol and Tetrachlorophenol
36
For products made from cotton or other natural Cellulosic fibres, the final product shall not contain
more than (0.5 parts per million) of pentachlorophenol.
Note: Pentachlorophenol is already banned from pesticide applications in the group of plant protection
products and severely restricted for other pesticide applications including biocides applications.
F: Phthalate softeners
For products that come into direct contact with the skin the following phthalate softeners shall not make
up more than 0.1% by weight of the final product:
DEHP (Di-(2-ethylhexyl)-phthalate)
BBP (Butylbenzylphthalate)
DBP (Dibutylphthalate)
CAS no. 117-81-7
CAS no. 85-68-7
CAS no. 84-74-2
G: Formaldehyde
The amount of free and partly hydrolysable formaldehyde in the final product shall not exceed 80 ppm
for products that come into direct contact with the skin and 300 ppm for all other products.
H: Heavy metals
The amount of Cadmium (Cd), Chromium (Cr), Nickel (Ni), Lead (Pb), Copper (Cu) in the final product
shall not exceed:
Cadmium (Cd): 0.1 ppm
Chromium (Cr): 2.0 ppm
Nickel (Ni): 4.0 ppm
Lead (Pb): 1.0 ppm
Copper (Cu): 50.0 ppm
3.7.1.1
Verification:
All products carrying the EU Ecolabel for textiles will be deemed to comply. Other private or
national textile labels fulfilling the listed criteria can also be accepted. Any other appropriate means
of proof, such as a declaration, technical dossier of the manufacturer or a test report from a
recognised body will also be accepted.
3.8
Uniform Item Specification:
3.8.1
A:
Trousers, Jackets and Skirts
Beadles
Material
Colour
Design
Weight
Material
Winter Uniform-Male
Trousers
Minimum 65% Polyester Minimum 35%
Cotton (as long as it meets the criteria
met in –Technical Specifications)
Dark Blue
Having two slanting pockets and a twin
jetted pocket with a button at the
back, front knee lining, extended
waste band and one pleat
Approx. 230-250 g/m2
Winter Uniform-Female
Trousers
Minimum 65% Polyester Minimum 35%
Cotton (as long as it meets the criteria
met in –Technical Specifications)
Dark Blue
Having two slanting pockets, dart at
back and front zipper
Jacket
Minimum 65% Polyester Minimum 35%
Cotton (as long as it meets the criteria
Jacket
Minimum 65% Polyester Minimum 35%
Cotton (as long as it meets the criteria
Approx. 230-250 g/m2
37
met in –Technical Specifications)
Dark Blue
Fully lined, single breasted, 3 button
front, step collar with two jetted
external pockets with flaps on the
hips, one welt pocket on the left
breast and three internal pockets,
sleeve with cuffs
Approx. 230-250 g/m2
met in –Technical Specifications)
Dark Blue
Fully lined, single breasted, 2 button
front, step collar with two jetted
external pockets with flaps on the hips,
one welt pocket on the left breast and
one internal pockets, sleeve with cuffs
Jacket-Senior Beadles
Minimum 65% Polyester Minimum 35%
Cotton (as long as it meets the criteria
met in –Technical Specifications)
Dark Blue
Fully lined, single breasted, 3 button
front, step collar with two jetted
external pockets with flaps on the
hips, one welt pocket on the left
breast and three internal pockets,
narrow silver braiding on sleeves (no
cuffs)
Approx. 230-250 g/m2
Jacket Senior Beadles
Minimum 65% Polyester Minimum 35%
Cotton (as long as it meets the criteria
met in –Technical Specifications)
Dark Blue
Fully lined, single breasted, 2 button
front, step collar with two jetted
external pockets with flaps on the hips,
one welt pocket on the left breast and
one internal pockets, narrow silver
braiding on sleeves (no cuffs)
Unisex Bomber Jacket
100% PU Coated Polyester, waterproof
outer fabric (as long as it meets the
criteria set in Technical Specifications)
Navy
Badge of the University of Malta Crest
on the left breast, fleece lined collar,
zip front with studded storm flap (as
suggested in the attached indicative
image)
Unisex Bomber Jacket
100% PU Coated Polyester, waterproof
outer fabric (as long as it meets the
criteria set in Technical Specifications)
Navy
Badge of the University of Malta Crest
on the left breast, fleece lined collar,
zip front with studded storm flap (as
suggested in the attached indicative
image)
Material
N/A
N/A
Colour
Design
N/A
N/A
Weight
N/A
Skirt
Minimum 65% Polyester Minimum 35%
Cotton (as long as it meets the criteria
met in –Technical Specifications)
Dark Blue
Plain (Standard) pencil skirt, fully lined
and zip at back
Approx. 230-250 g/m2
Colour
Design
Weight
Material
Colour
Design
Weight
Material
Colour
Design
B:
Approx. 230-250 g/m2
Approx. 230-250 g/m2
Reception Staff
Winter Uniform-Female
Trousers
Minimum 55% Polyester Minimum 45%
Wool (as long as it meets the criteria
met in –Technical Specifications)
Charcoal Grey
Having two slanting pockets, dart at
back and front zipper
Weight
Winter Uniform-Male
Trousers
Minimum 55% Polyester Minimum 45%
Wool (as long as it meets the criteria
met in –Technical Specifications)
Charcoal Grey
Having two slanting pockets and a twin
jetted pocket with a button at the
back, front knee lining, extended
waste band and one pleat
Approx.150-180 g/m2
Material
Jacket
Minimum 55% Polyester Minimum 45%
Jacket
Minimum 55% Polyester Minimum 45%
Material
Colour
Design
Approx.150-180 g/m2
38
Weight
Wool (as long as it meets the criteria
met in –Technical Specifications)
Charcoal Grey
Fully lined, single breasted, 3 button
front, step collar with two jetted
external pockets with flaps on the
hips, one welt pocket on the left
breast and three internal pockets,
sleeve with cuffs
Approx.150-180 g/m2
Wool (as long as it meets the criteria
met in –Technical Specifications)
Charcoal Grey
Fully lined, single breasted, 2 button
front, step collar with two jetted
external pockets on the hips with flap,
one welt external pocket on the left
breast and one internal pockets, sleeve
with no cuffs
Approx.150-180 g/m2
Material
N/A
N/A
Colour
Design
N/A
N/A
Weight
N/A
Skirt
Minimum 55% Polyester Minimum 45%
Wool (as long as it meets the criteria
met in –Technical Specifications)
Charcoal Grey
Plain (Standard) pencil skirt, fully lined
and zip at back
Approx.150-180 g/m2
Colour
Design
The threads per cm and maximum percentage of shrinkage allowed for Trousers, Jackets and
Skirts for the Winter Uniform should be as follows:
Item
Threads / cm
Shrinkage % (Water relaxation)
Warp
Weft
42 minimum
28 minimum
0.5 maximum
0.5 maximum
A sample of fabric to show the shade of dark blue required is attached in Volume Five of this
document.
The materials used by the contractor shall be thoroughly shrunk, and items may be selected at
random in any delivery in order to ascertain this fact.
3.8.2
A:
Pullovers and Cardigans
Beadles
Material
Colour
Design
Material
Colour
Design
B:
Winter Uniform-Male
Long Sleeve V-Neck Pullovers
Minimum 70% Acrylic Minimum 30%
Wool (as long as it meets the criteria
met in –Technical Specifications)
Dark Blue
Badge of the University of Malta Crest
on the Left breast, Ribbed V-Neck,
Bottom Hem and Cuff
Winter Uniform-Female
Long Sleeve V-Neck Cardigans
Minimum 70% Rayon Minimum 30%
Nylon (as long as it meets the criteria
met in –Technical Specifications)
Dark Blue
Buttoned Fastening, Badge of the
University of Malta Crest on the left
breast, Ribbed V-Neck, Bottom Hem
and Cuff
Sleeveless V-Neck Pullover
Minimum 70% Acrylic Minimum 30%
Wool (as long as it meets the criteria
met in –Technical Specifications)
Dark Blue
Badge of the University of Malta Crest
on the Left breast, Ribbed V-Neck,
Bottom Hem and Cuff
N/A
N/A
N/A
N/A
Reception Staff
Winter Uniform-Male
Long Sleeve V-Neck Pullovers
Winter Uniform-Female
Long Sleeve V-Neck Cardigans
39
Material
Colour
Design
Material
Colour
Design
3.8.3
A:
Minimum 70% Rayon Minimum 30%
Nylon (as long as it meets the criteria
met in –Technical Specifications)
Medium Wine
Buttoned Fastening, Badge of the
University of Malta Crest on the left
breast, Ribbed V-Neck, Bottom Hem
and Cuff
Sleeveless V-Neck Pullover
Minimum 70% Acrylic Minimum 30%
Wool (as long as it meets the criteria
met in –Technical Specifications)
Medium Wine
Badge of the University of Malta Crest
on the left breast, Ribbed V-Neck,
Bottom Hem and Armhole
N/A
N/A
Winter Uniform-Male
Long Sleeve Shirt
Minimum 35% Cotton Minimum 65%
Polyester (as long as it meets the
criteria set in Technical Specifications)
Blue
Single cuff and attached stiff collar,
buttoned with comfortable armhole,
one patch pocket on the left breast,
double shoulder yoke and box pleat at
the back
Winter Uniform-Female
Long Sleeve Shirt
Minimum 35% Cotton Minimum 65%
Polyester (as long as it meets the
criteria set in Technical Specifications)
Blue
Single cuff and attached turn-down
collar, buttoned with comfortable
armhole, pocket on the left breast and
curved bottom hem
(as suggested in the attached indicative
image)
Approx. 90-110 g/m2
N/A
N/A
Shirts
Beadles
Material
Colour
Design
Weight
B:
Minimum 70% Acrylic Minimum 30%
Wool (as long as it meets the criteria
met in –Technical Specifications)
Medium Wine
Badge of the University of Malta Crest
on the left breast, Ribbed V-Neck,
Bottom Hem and Cuff
Approx. 90-110 g/m2
Reception Staff
Material
Colour
Design
Weight
Winter Uniform-Male
Long Sleeve Shirt
Minimum 35% Cotton Minimum 65%
Polyester (as long as it meets the
criteria set in Technical Specifications)
White
Single cuff and attached stiff collar,
buttoned with comfortable armhole,
one patch pocket on the left breast,
double shoulder yoke and box pleat at
the back
Approx. 90-110 g/m2
Winter Uniform-Female
Long Sleeve Shirt
Minimum 35% Cotton Minimum 65%
Polyester (as long as it meets the
criteria set in Technical Specifications)
White
Single cuff and attached turn-down
collar, buttoned with comfortable
armhole, pocket on the left breast and
curved bottom hem
(as suggested in the attached indicative
image)
Approx. 90-110 g/m2
The threads per cm and maximum percentage of shrinkage allowed for Shirts should be as follows:
Item
Warp
Weft
Threads / cm
42 minimum
28 minimum
Shrinkage % (Water relaxation)
0.5 maximum
0.5 maximum
A sample of fabric to show the shade of blue required is attached in Volume Five of this
document.
40
3.8.4
A:
Hoodies
Playschool- Childcare Assistants
Material
Colour
Design
Weight
B:
Winter Uniform-Female
Hoodie
87% Cotton, 13% Polyester (as long as it meets the criteria set in Technical
Specifications)
Midnight Green
Plain with the University of Malta Badge on the left breast, zip neck (preferably
zipped front), hood, white lace and 2 side pocket (as suggested in the attached
indicative image)
280 g/m2
Playschool- Childcare Attendants and Manager I
Material
Colour
Design
Weight
Winter Uniform-Female
Hoodie
87% Cotton, 13% Polyester (as long as it meets the criteria set in Technical
Specifications)
Dark Blue
Plain with the University of Malta Badge on the left breast, zip neck (preferably
zipped front), hood, white lace and 2 side pocket (as suggested in the attached
indicative image)
280 g/m2
3.9 Uniform Item Specification:
3.9.1
A:
Trousers, Jackets and Skirts
Beadles
Material
Colour
Design
Weight
Material
Colour
Design
Summer Uniform-Male
Trousers
Minimum 70% Polyester Minimum 30%
Rayon (as long as it meets the criteria
met in –Technical Specifications)
Light Grey
Having two slanting pockets and a twin
jetted pocket with a button at the back,
extended waste band and one pleat
Approx. 210-230 g/m2
Summer Uniform-Female
Trousers
Minimum 70% Polyester Minimum 30%
Rayon (as long as it meets the criteria
met in –Technical Specifications)
Light Grey
Having two slanting pockets, dart at
back and front zipper
Jacket
Minimum 70% Polyester Minimum 30%
Rayon (as long as it meets the criteria
met in –Technical Specifications)
Light Grey
Fully lined, single breasted, 3 button
front, step collar with two jetted
external pockets with flaps on the hips,
one welt pocket on the left breast and
three internal pockets, sleeve with cuffs
Jacket
Minimum 70% Polyester Minimum 30%
Rayon (as long as it meets the criteria
met in –Technical Specifications)
Light Grey
Fully lined, single breasted, 2 button
front, step collar with two jetted
external pockets with flaps on the
hips, one welt pocket on the left
breast and one internal pockets,
sleeve with cuffs
Approx. 210-230 g/m2
41
Jacket-Senior Beadles
Minimum 70% Polyester Minimum 30%
Rayon (as long as it meets the criteria
met in –Technical Specifications)
Light Grey
Fully lined, single breasted, 3 button
front, step collar with two jetted
external pockets with flaps on the hips,
one welt external pocket on the left
breast and three internal pockets,
narrow silver braiding on sleeves (no
cuffs)
Jacket Senior Beadles
Minimum 70% Polyester Minimum 30%
Rayon (as long as it meets the criteria
met in –Technical Specifications)
Light Grey
Fully lined, single breasted, 2 button
front, step collar with two jetted
external pockets with flaps on the
hips, one welt external pocket on the
left breast and one internal pockets,
narrow silver braiding on sleeves (no
cuffs)
Material
N/A
N/A
Colour
Design
N/A
N/A
Weight
N/A
Skirt
Minimum 65% Polyester Minimum 35%
Rayon (as long as it meets the criteria
met in –Technical Specifications)
Light Grey
Plain (Standard) pencil skirt and zip at
back
Approx. 150-180 g/m2
Material
Colour
Design
B:
Reception Staff
Summer Uniform-Male
Material
Colour
Design
Weight
Material
Colour
Design
Trousers
Minimum 65% Polyester Minimum 35%
Viscose (as long as it meets the criteria
met in –Technical Specifications)
Medium Grey
Having two slanting pockets and a twin
jetted pocket with a button at the back,
extended waste band and one pleat
Approx. 210-230 g/m2
Jacket
Minimum 65% Polyester Minimum 35%
Viscose (as long as it meets the criteria
met in –Technical Specifications)
Medium Grey
Fully lined, single breasted, 3 button
front, step collar with two jetted
external pockets with flaps on the hips,
one welt pocket on the left breast and
three internal pockets, sleeve with cuffs
Material
N/A
N/A
Colour
Design
N/A
N/A
Weight
N/A
Summer Uniform-Female
Trousers
Minimum 65% Polyester Minimum 35%
Viscose (as long as it meets the
criteria met in –Technical
Specifications)
Medium Grey
Having two slanting pockets, darts at
back and front zipper
Approx. 210-230 g/m2
Jacket
Minimum 65% Polyester Minimum 35%
Viscose (as long as it meets the
criteria met in –Technical
Specifications)
Medium Grey
Fully lined, single breasted, 2 button
front, step collar with two jetted
external pockets with flaps on the
hips, one welt pocket on the left
breast and one internal pockets,
sleeve with cuffs
Skirt
Minimum 65% Polyester Minimum 35%
Viscose (as long as it meets the
criteria met in –Technical
Specifications)
Medium Grey
Plain (Standard) pencil skirt and zip
at back
Approx. 210-230 g/m2
The threads per cm and maximum percentage of shrinkage allowed for Trousers, Jackets and
Skirts should be as follows:
42
Item
Warp
Weft
Threads / cm
18 minimum
18 minimum
Shrinkage % (Water relaxation)
0.5 maximum
0.5 maximum
A sample of fabric to show the shade of light grey required is attached in Part Five of this document.
3.9.2
A:
Shirts
Beadles
Material
Colour
Design
Weight
B:
Summer Uniform-Male
Short Sleeve Shirt
Minimum 35% Cotton Minimum 65%
Polyester Easy Iron (as long as it
meets the criteria set in Technical
Specifications)
Blue
Stiff collar, buttoned with
comfortable armhole, double shoulder
yoke, box pleat at the back and Badge
of the University of Malta Crest on the
left breast pocket (as suggested in the
attached indicative image)
Approx. 90-110 g/m2
Summer Uniform-Female
Short Sleeve Shirt
Minimum 35% Cotton Minimum 65%
Polyester Easy Iron (as long as it meets
the criteria set in Technical
Specifications)
Blue
Turn-down collar, buttoned with
comfortable armhole, curved bottom
hem and Badge of the University of
Malta Crest on the left breast pocket
(as suggested in the attached indicative
image)
Approx. 90-110 g/m2
Reception Staff
Material
Colour
Design
Weight
Summer Uniform-Male
Short Sleeve Shirt
Summer Uniform-Female
Short Sleeve Shirt
Minimum 35% Cotton Minimum 65%
Polyester Easy Iron (as long as it
meets the criteria set in Technical
Specifications)
White
Stiff collar, buttoned with
comfortable armhole, double shoulder
yoke, box pleat at the back and Badge
of the University of Malta Crest on the
left breast pocket (as suggested in the
attached indicative image)
Approx. 90-110 g/m2
Minimum 35% Cotton Minimum 65%
Polyester Easy Iron (as long as it meets
the criteria set in Technical
Specifications)
White
Turn-down collar, buttoned with
comfortable armhole, curved bottom
hem and Badge of the University of
Malta Crest on the left breast pocket
(as suggested in the attached indicative
image)
Approx. 90-110 g/m2
The threads per cm and maximum percentage of shrinkage allowed for Shirts should be as follows:
Item
Warp
Weft
Threads / cm
42 minimum
28 minimum
Shrinkage % (Water relaxation)
0.5 maximum
0.5 maximum
A sample of fabric to show the shade of light blue required is attached in Volume Five of this
document.
3.9.3
A:
T-Shirts
Childcare Assistants
Material
Colour
Design
Summer Uniform-Female
T-Shirt
100% Cotton (as long as it meets the criteria set in Technical Specifications)
Asparagus Green
Plain, short sleeved with badge of the University of Malta Crest on the left breast
43
(as suggested in the attached indicative image)
B:
Childcare Attendants and Manager I
Material
Colour
Design
Summer Uniform-Female
T-Shirt
100% Cotton (as long as it meets the criteria set in Technical Specifications)
Coral Blue
Plain, short sleeved, short sleeved with badge of the University of Malta Crest on
the left breast (as suggested in the attached indicative image)
3.10 Uniform Item Specification:
3.10.1 Scarf
A:
B:
Beadles (Female)
Summer and Winter Female
Scarf
Material 100% Silk (as long as it meets the criteria set in Technical Specifications)
Colour
Dark Blue (as suggested in the attached indicative image)
Design
Plain, approx. 47.24” (120cm) square
Reception
Material
Colour
Design
Summer and Winter Female
Scarf
100% Silk (as long as it meets the criteria set in Technical Specifications)
Medium Wine (Colour should be as close as possible to the cardigan)
Plain, approx. 47.24” (120cm) square
3.11 Photographs showing Design Suggestion for: 1) Collar (Female Shirt), 2) Hoodie, 3) T-Shirt and 4)
Bomber Jacket (Indicative Only: Colours are to remain as specified in the Tender).
(1) Collar (Female Shirt)
(2) Hoodie
(3) T-Shirt
(4) Bomber Jacket
44
3.12 Design Suggestions for: 1) Female Blue Summer Shirt and Scarf, 2) Female Long Sleeve Shirt and
Scarf, 3) Male Blue Summer Shirt (Indicative Only).
(1) Female Blue Summer Shirt and Scarf
(2) Female Long Sleeve Shirt and Scarf
(3) Male Blue Summer Shirt
45
VOLUME 4 - FINANCIAL BID
Note:
Where in this tender document a standard is quoted, it is to be understood that the Contracting Authority will accept equivalent
standards. However, it will be the responsibility of the respective bidders to prove that the standards they quoted are equivalent to
the standards requested by the Contracting Authority.
Bill A – Trousers, Jackets & Skirts (Winter) *
Item
Description
Size
Quantity
(per year)
TBM
(To Be
Measured)
68
1
Trousers Dark Blue (Male)
2
Trousers Dark Blue (Female)
TBM
24
3
Trousers Charcoal Grey (Male)
Trousers
Charcoal
Grey
(Female)
Jacket Dark Blue (Male)
Jacket Dark Blue (Male) Senior
Beadle
Jacket Dark Blue (Female)
TBM
4
TBM
4
TBM
24
TBM
10
TBM
11
TBM
1
TBM
46
4
5
6
7
8
9
Jacket Dark Blue (Female)
Senior Beadle
Unisex Bomber Jacket
(Bomber Jackets are to be
provided in the first year of
contract only, unless new
employees are recruited during
the 2 year extension period.)
Unit price (€)
(Including
delivery,
Customs Import
Duty, ECO
Contribution (if
any) and other
charges as
applicable) but
excluding VAT
10
Jacket Charcoal Grey (Male)
TBM
2
11
Jacket Charcoal Grey (Female)
TBM
2
12
Skirts Dark Blue
TBM
12
13
Skirts Charcoal Grey
TBM
2
Total for Trousers, Jackets & Skirts (Winter) carried forward to summary on
page 54
A
Total (€)
(Including
delivery, Customs
Import Duty, ECO
Contribution (if
any) and other
charges as
applicable) but
excluding VAT
* Refer to Specifications in Section 3.8.1
46
Bill B – Pullovers (Winter)*
Item
1
2
3
4
5
6
B
Description
Pullover Dark Blue Long Sleeve
(Male)
Cardigan Dark Blue Long Sleeve
(Female)
Pullover Dark Blue Sleeveless
(Male)
Pullover Medium Wine Long Sleeve
(Male)
Cardigan Medium Wine Long Sleeve
(Female)
Pullover Medium Wine Sleeveless
(Male)
Size
Quantity
(per year)
TBM
68
TBM
24
TBM
68
TBM
4
TBM
4
TBM
4
Unit price (€)
(Including
delivery,
Customs Import
Duty, ECO
Contribution (if
any) and other
charges as
applicable) but
excluding VAT
Total (€)
(Including
delivery, Customs
Import Duty, ECO
Contribution (if
any) and other
charges as
applicable) but
excluding VAT
Total for Pullovers (Winter) carried forward to Summary on page 54
* Refer to Specifications in Section 3.8.2
47
Bill C – Shirts (Winter) *
Item
Description
Size
Quantity
(per year)
1
Shirts Blue Long Sleeve (Male)
TBM
68
2
Shirts Blue Long Sleeve (Female)
TBM
24
3
Shirts White Long Sleeve (Male)
TBM
4
4
Shirts White Long Sleeve (Female)
TBM
4
C
Unit price (€)
(Including delivery,
Customs Import
Duty, ECO
Contribution (if any)
and other charges
as applicable) but
excluding VAT
Total (€)
(Including delivery,
Customs Import
Duty, ECO
Contribution (if
any) and other
charges as
applicable) but
excluding VAT
Total for Shirts (Winter) carried forward to Summary on Page 54
* Refer to Specifications in Section 3.8.3
48
Bill D – Hoodies (Winter*)
Item
Description
1
Hoodie Midnight Green
(Female)
2
Hoodie Dark Blue (Female)
D
Size
As per
Sizes
Below
As per
Sizes
Below
Quantity
(per year)
Unit price (€)
(Including delivery,
Customs Import
Duty, ECO
Contribution (if
any) and other
charges as
applicable) but
excluding VAT
Total (€)
(Including delivery,
Customs Import Duty,
ECO Contribution (if
any) and other charges
as applicable) but
excluding VAT
12
10
Total for Hoodies (Winter) carried forward to Summary on Page 54
Approximate Sizes- Pullovers
Hoodie Midnight Green (Female)
Hoodie Dark Blue (Female)
XS
S
M
L
4
2
6
8
2
XL
XXL
* Refer to Specifications in Section 3.8.4
49
Bill E – Trousers, Jackets & Skirts (Summer) *
Item
Description
Size
Quantity
(per year)
1
Trousers Light Grey (Male)
TBM
(To Be
Measured)
68
2
Trousers Light Grey (Female)
TBM
24
3
Trousers Medium Grey (Male)
TBM
4
4
Trousers Medium Grey (Female)
TBM
4
5
Jacket Light Grey (Male)
TBM
24
6
Jacket Light Grey (Male) Senior
Beadle
TBM
10
7
Jacket Light Grey (Female)
TBM
11
8
Jacket Light Grey (Female) Senior
Beadle
TBM
1
9
Jacket Medium Grey (Male)
TBM
2
10
Jacket Medium Grey (Female)
TBM
2
11
Skirts Light Grey
TBM
12
12
Skirts Medium Grey
TBM
2
E
Unit price (€)
(Including
delivery, Customs
Import Duty, ECO
Contribution (if
any) and other
charges as
applicable) but
excluding VAT
Total (€)
(Including
delivery, Customs
Import Duty, ECO
Contribution (if
any) and other
charges as
applicable) but
excluding VAT
Total for Trousers, Jackets & Skirts (Winter) carried forward to summary on page 54
* Refer to Specifications in Section 3.9.1
50
Bill F – Shirts (Summer) *
Item
Description
Size
Quantity
(per year)
1
Shirts Blue Short Sleeve (Male)
TBM
68
2
Shirts Blue Short Sleeve
(Female)
TBM
24
3
Shirts White Short Sleeve (Male)
TBM
4
4
Shirts White Short Sleeve
(Female)
TBM
4
F
Unit price (€)
(Including delivery,
Customs Import
Duty, ECO
Contribution (if any)
and other charges as
applicable) but
excluding VAT
Total (€)
(Including delivery,
Customs Import
Duty, ECO
Contribution (if any)
and other charges as
applicable) but
excluding VAT
Total for Shirts (Summer) carried forward to summary on Page 54
* Refer to Specifications in Section 3.9.2
51
Bill G – T-Shirts (Summer*)
Item
Description
1
T-Shirt Asparagus Green
(Female)
2
T-Shirt Coral Blue (Female)
G
Size
As per
sizes
below
As per
sizes
below
Quantity
(per year)
Total (€)
(Including delivery,
Customs Import Duty,
ECO Contribution (if
any) and other
charges as
applicable) but
excluding VAT
Unit price (€)
(Including delivery,
Customs Import Duty,
ECO Contribution (if
any) and other
charges as applicable)
but excluding VAT
18
15
Total for T-Shirts (Summer) carried forward to Summary on Page 54
Approximate Sizes- T-Shirts
T-Shirt Asparagus Green (Female)
T-Shirt Coral Blue (Female)
XS
S
M
L
6
3
9
12
3
XL
XXL
* Refer to Specifications in Section 3.9.3
52
Bill H- Scarf (Summer and Winter*)
Item
H
Description
1
Scarf Dark Blue (Female)
2
Scarf Medium Wine (Female)
Size
Approx.
47.24”
(120cm)
square
Approx.
47.24”
(120cm)
square
Quantity
(per year)
Unit price (€)
(Including delivery,
Customs Import
Duty, ECO
Contribution (if any)
and other charges as
applicable) but
excluding VAT
Total (€)
(Including delivery,
Customs Import
Duty, ECO
Contribution (if any)
and other charges as
applicable) but
excluding VAT
24
4
Total for Scarves (Summer and Winter) carried forward to Summary on Page 54
* Refer to Specifications in Section 3.10.1
53
Bill I- Embroidery (Badge Type) of the University of Malta Crest (Summer and Winter) *
Item
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
I
Description
Size
Quantity
(per year)
Unit price (€)
(Including delivery,
Customs Import
Duty, ECO
Contribution (if any)
and other charges as
applicable) but
excluding VAT
Total (€)
(Including delivery,
Customs Import
Duty, ECO
Contribution (if any)
and other charges as
applicable) but
excluding VAT
Embroidery on Bomber Jackets
5cm
46
(Unisex)
Embroidery on Dark Blue Long
5cm
68
Sleeve Pullover (Male)
Embroidery on Dark blue Long
5cm
24
Sleeve Cardigan (Female)
Embroidery on Dark Blue
5cm
68
Sleeveless Pullover (Male)
Embroidery on Medium Wine Long
5cm
4
Sleeve Pullover (Male)
Embroidery on Medium Wine Long
5cm
4
Sleeve Cardigan (Female)
Embroidery on Medium Wine
5cm
4
Sleeveless Pullover (Male)
Embroidery on Midnight Green
5cm
12
Hoodies (Female)
Embroidery on Dark Blue Hoodies
5cm
10
(Female)
Embroidery on Blue Short Sleeve
5cm
68
Shirts (Male)
Embroidery on Blue Short Sleeve
5cm
24
Shirts (Female)
Embroidery on White Short Sleeve
5cm
4
Shirts (Male)
Embroidery on White Short Sleeve
5cm
4
Shirts (Female)
Embroidery on Asparagus Green T5cm
18
Shirt (Female)
Embroidery on Coral Blue T-Shirt
5cm
15
(Female)
Total for Embroidery (Badge Type – 373 in total) of the University of Malta
Crest (Summer and Winter) carried forward to Summary on Page 54
* Refer to Specifications in Section 3.6
54
UM 1934
Tender For The Supply And Delivery Of Uniforms For Beadles And
Reception Staff At The University Of Malta
Summary
Total (€)
(Including delivery, Customs
Import Duty, ECO Contribution (if
any) and other charges as
applicable) but excluding VAT
Bill A – Trousers, Jackets & Skirts (Winter)
Bill B – Long Sleeve and Sleeveless V-Neck Pullovers
(Winter)
Bill C– Shirts (Winter)
Bill D – Hoodies (Winter)
Bill E– Trousers, Jackets & Skirts (Summer)
Bill F – Shirts (Summer)
Bill G – T-Shirts (Summer)
Bill H – Scarves (Summer and Winter)
Bill I - Embroidery (Badge Type) of the University of
Malta Crest (Summer and Winter)
GRAND TOTAL
55
VOLUME 5 – MATERIAL SAMPLES/PHOTOS
Section 5.1 - List of Material Samples attached
No
Name
1
Winter Uniform- Sample for Dark Blue Trousers, Jackets and Skirts
2
Winter Uniform- Sample for Charcoal Grey Trousers, Jackets and Skirts
3
Summer/Winter Uniform- Sample for Light Blue Shirts
4
Summer/Winter Uniform- Sample for White Shirts
5
Summer/Winter Uniform- Sample for Light Grey Jackets, Trousers and Skirts
6
Summer/Winter Uniform- Sample for Medium Grey Jackets, Trousers and Skirts
56
Section 5.2 University of Malta Sample Sheet
1) Winter uniform- Sample for Dark Blue Trousers, Jackets and Skirts
2) Winter uniform- Sample for Charcoal Grey Trousers, Jackets and Skirts
3) Summer/Winter Uniform- Sample for Light Blue Shirts
4) Summer/Winter Uniform- Sample for White Shirts
5) Summer/ Uniform- Sample for Light Grey Jackets, Trousers and Skirts
6) Summer Uniform- Sample for Medium Grey Jackets, Trousers and Skirts
57
Download